HomeMy WebLinkAboutSWP272884(5) Award Date: 5 2 N'v CAG 6 - s
Awarded To: 1. 2 GC a✓1 f/ , l h C,
_ P o ax 31 S t✓ TS 397
sw U
F1L ig- �Y
City of Renton Bidding Requirements,
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
(See Separate Set of Reduced Plans )
N
t City of Renton
NE 7TH ST / MONROE AVE NE
STORM DRAINAGE PROJECT
PROJECT NO. SWP-27-2884
City of Renton
1055 S Grady Way
Renton, WA 98055
Surface Water Contact: Daniel Carey (425)430-7293
® Printed on Recycled Paper
f
CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
NE 7TH ST / MONROE AVE NE
STORM DRAINAGE PROJECT
SWP-27-2884
1
-21-dt
�.LJAE �p J. sT
�a of WASb j� o�PoF WASco
HY/�y�
Q
r
w 27 e
s T�R'�s ��� 9F(3/STER� kki
`SI0NAL �� �`SSIONALE 3c/c
1 EXPIRES: 3-16-2003
EXPIRES 10/16/'r
City of Renton
Planning/Building/Public Works Department
August 2001
Prepared by: Gray & Osborne, Inc., Consulting Engineers,
City of Renton Surface Water Utility
Planning / Building/ Public Works Department
® Printed on Recycled Paper
1
ULUUM111 I I
1 October 2, 2001
1 Daniel Carey, P.E.
City of Renton
1 Surface Water Utility
Renton City Hall—5'h Floor
1055 South Grady Way
1 Renton,WA 98055
RE: NE 7ei St./Monroc Ave.NE Storm Drainage Project
1 No. SWP-27-2884
Contacts for Ceccanti, Inc. and Bonding Agent:
1 Responsible Officer: David Ceccanti
15411 Spanaway Loop Rd.
Spanaway,WA 98387
1 Office: (253)537-2990 ext. 15
Project Manager: Jon Vander Griend
1 21020 52n°Ave.E.
Spanaway, WA 98387
Office: (253)537-2990 ext.23
1 Emergency: (253)377-2155
Job Foreman: Don Hauge
14211 74 Ave. Crt. E.
1 Puyallup,WA.98373
Mobile: (253)405-3537
Emergency: (253)535-3344
1 Bonding Agent: Persing,Dyckman,&Toynbee,Inc.
Mr.Curt Dyckman
1 PO Box 5187
Tacoma, WA
(253) 627-7183
1
1
1
1
1
:Jw INC&1N1AAI CINSTRUC110N P 0 BOXS8 SPANAWAY WA 8Ba81.0038 12531 531.2880 FAX 1258) 5314843
I
• •.r�1,�4. a' ��. : .1! '` ` f itr a•t :.'C fit. c�t_...Lr :v: /:'r i,li i_�. a ,r.•:� t, •.>v,-,.
It
DEPARTMENT OF LAPOR AND INDUSTRIES o
' REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
$ REGIST $, "EXP. DATE
GECCAI*Y, 7CB::04,/30/2002
CT,3TEy�DATE: ' 0 2/0 2/19 7 8
' CECCANTI INC
P ,O' BOX: 39
SPANAWAY 'NA; :.:,98387-0039
F625-052-000(8/97)
Detach And Dispiay Certificate
1
1
1..
s
1
CITY OF RENTON BUSINESS LICENSE
2001
Licensee has made application for a City of
; k, -;S-1 0. ���_ ,... .. . , S , 1100,004041 U s�a,. _ Renton business license in accordance with the
22412 1/30/2001 15411 SPANAWAY LOOP RD provisions of Title V, Business Regulations
Chapter 1, Code of General Ordinances of the
1 City of Renton and agrees to comply with all the
requirements of said ordinance. Licensee shall
further comply with and all other City Code
Ordinances, State Laws and Regulations
' applicable to the business activity licensed. Post
this License at place of business.
CECCANTI I NC
P O BOX 39
1 SPANAWAY WA 98387-0039 City of Renton
Licensing Division
1055 South Grady Way
Renton, WA 98055
1 (425)430-6851
DP 3133 12/94
1 _
1
1
1
1
1
1
CITY OF RENTON
NE 7th St / Monroe Ave NE Storm Drainage Project
SWP-27-2884
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Location Map
Instructions to Bidders
Call for Bids
*Combined Affidavit& Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Subcontractors List(for bids over $1,000,000)
vBond to the City of Renton
vFair Practices Policy Affidavit of Compliance
vContract Agreement (Contracts other than Federal- Aid FHWA)
vCity of Renton Insurance Information Form
vCity of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
Environmental Regulations Listing
City of Renton Supplemental Specifications
Special Provisions
Traffic Control Information
City Survey Control Information and Monuments
Standard Plans And Details
Construction Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
v Submit after Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 S. Grady Way
Renton, Washington 98055
H:Div\Uth Docs\2001-468/DWC
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
t (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCII.:
_.r_� r
rVI
ayor Council President
Attest:
City Clerl
CITY OF RENTON
SUMMARY OFAME.RICANS WITH DISABILITIES ACT POLICY
ADOPTED BYRESOLMONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions wr l be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION. V= HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt.of City services,activities and programs-
(3) AMERICANS WITH DISABILITIES ACT-POLICY-7- ie.City of Renton Americans
With Disabilities Act Policy wiill.be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION = Contractors subcontractors consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY OF RENTON RENTON CITY COUNCIL:
Mayor Council President
Attest: %
City Clcrk
i
CITY OF RENTON
NE 7th St / Monroe Ave NE Storm Drainage Project
SWP-27-2884
SCOPE OF WORK
1� The work involved under the terms of this contract document shall be full and complete installation of the
NE 7th / Monroe Ave NE Storm Drainage Project, as shown on the plans and as described in the
construction specifications,to include but not be limited to installation of approximately:
• 8,100 LF of new 24-inch, 18-inch, and 12-inch stormwater pipeline,
• 60 Type 2 Catch Basins,
• 30 Type 1 Catch Basins,
' • connect to the existing stormwater system,
• disposal of unsuitable material,
• asphalt repair,
• 1,800 SY of sidewalk,
• 4,000 LF of curb and gutter,
• landscape restoration,
• and cleanup and restoration.
The estimated project cost is $1,300,000 to $1,700,000.
A total of 120 working days is allowed for completion of the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of
this contract document.
H:Div\Utl\Docs\2001-4681 DWC
NE 25t� NE 26t� CC
E 24t�. :fN 1
son w
NE 7th
NE 6t�Pi
PROJECTLE
00,110 N
PROJECT LOCATION
AVE NE
STORM DRAINAGE-1 ww"an,
D. Carey 8/01
II
City of Renton Surface Water Utility
I
C
C
N
� L
1
Q
N
Fo
�h
f
ERE
a ��r S t
Lail I FIT
PH
PROJ
O L
Q,
C
1
L
1
I o
U
� s o
o �
NE 4th St.
PROJECT VICINITY
0' 800'i NE 7TH ST/ MONROE AVE NE
i
N Scale: 1' = 800' STORM DRAINAGE PROJECT
City of Renton Surface Water Utility
D. Carey 8/01
i
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton
City Hall, up to the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as
early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the
forms attached hereto.
2. 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 field measurement of actual quantities and at the unit price bid. The City reserves
the right to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves
as to the local conditions by inspection of the site.
4. The bid price for any item must include the performance of all work necessary for completion of that item as
described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit
price bid will govern. Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City
to do so.
7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of
Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will
be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the
successful bidder will be returned provided they enter 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
they fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may
request further information on particular points.
9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily
perform the work.
10. Payment for this work will be made in Cash Warrants.
11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,
public liability, and property damage as indicated on forms enclosed herein and/or as identified within Specification
Section 1-07.18.
12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type
construction schedule for the project.
13. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton
Supplemental Specifications.
H: Div\UtR Dots\2001-468/DWC
14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder.
15. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four
feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements
of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in
the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any
other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited.
16. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein,
there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for
an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which
may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or
subconsultants.
The most recent issue of the prevailing wage rate are included within these specifications under section titled
"Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated issues of the
prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be
included as part of any subcontracts the CONTRACTOR may enter into for work on this project.
17. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
18. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of environmental
pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in
accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all
penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR
shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal
and encapsulation of asbestos materials.
19. 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 Transportation 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.
I. WSDOT/APWA "1996 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.
H: Div\UtR Docs\2001468/DWC
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.
20. A soils investigation has not been performed for this project by a consultant engineer. The Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon
approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder
shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall
restore the site to the satisfaction of the City.
H:Div\UtR Docs\2001-468/DWC
CITY OF RENTON
NE 7TH ST / MONROE AVE NE STORM DRAINAGE PROJECT
SWP-27-2884
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. September 18, 2001 at the City Clerk's office
and will be opened and publicly read in the 7th floor conference room, Renton City Hall,
1055 S. Grady Way.
The work to be performed within 120 working days from the date of commencement under
this contract shall include, but not be limited to:
Construction of approximately 8,100 LF of new 24-inch, 18-inch, and 12-inch stormwater
pipeline, 60 Type 2 Catch Basins, 30 Type 1 Catch Basins, connect to the existing stormwater
system, disposal of unsuitable material, asphalt repair, 1,800 SY of sidewalk, 4,000 LF of curb
1 and gutter, landscape restoration, and cleanup and restoration.
The estimated project cost is $1,300,000 to $1,700,000.
No bids will be accepted after the time and date shown above.
The City reserves the right to reject any and/or all bids and to waive any and/or all
informalities.
A certified check or bid bond in the amount of five percent (5%) of the total amount of each
bid must accompany each bid. A 100% performance bond will be required of the successful
bidders.
Approved plans, specifications, and contract forms may be obtained from the City of Renton
Planning/Building/Public Works Department at the sixth floor Customer Service Counter in the
Renton City Hall, 1055 S. Grady Way, for a non-refundable fee of $30.46 ($28.00 plus
$2.46 sales tax) each set. If ordered by mail add $5.00 to cover postage, also non-refundable.
Questions regarding the call for bids or plan holders lists should be directed to the Public
Works Customer Service Counter at City Hall, or (425) 430-72 . If a bidder has questions
regarding the project please contact the Project Manager, Dam Car , at(425)430-7293.
jMarilyn4een, City Clerk
1 Published: Daily Journal of Commerce
Account# 421.000600.018.5960.0038.65.065215
' CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
' (Non-Federal Aid)
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put
in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought
' by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
' ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact
usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as
to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti
trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or
' contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all
such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
' 1, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work
of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as
set forth therein is true to my knowledge and belief.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AN
MINIMUM WAGE AFFIDAVIT
NE 7th ST / Monroe Ave NE Storm Drainage Project •.•••'• •~••.2
Name of ProjectIr
�iLLJ
~•cr Q r Z
Name of Bidder's Firm-- v J •;•y>
Signature o Authorized Representative of Bidder
' Subscribed and sworn t e me on this day o �20C\
MO TCq
�';td EXPI ••,O
•L CI S e•
Notary Public in and for the State of Washington
0: * G :Z
:• PO o:�, Notary (Print) r
1-2�••.�� My appointment expires:
sTATF of`4
H: Div\Utl\Docs\2001-4681 DWC
BID BOND FORM
Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in
the amount of$ which amount is not less than five percent of the
total bid.
Sign here
Know All Men by These Presents:
That we Ceccanti , Inc. , as Principal, and _
U ited to es Fidelity and as Surety, y City
uarany ompanv ty, are held and firm) bound unto the
of Renton, as Obligee, in the penal sum of Five Percent (57.) of the Total Amount Bid
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs,
executors, administrators, successors and assigns,jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for NE 7th St/ Monroe Ave NE Storm Drainage Project according to the
terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make
and enter into a contract with the Obligee in accordance with the terms of said proposal or
bid and award and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and
forfeit to the Obligee the penal amount of the deposit specified In the call for bids, then this
obligation shall be null and void; otherwise it shall be and remain in full force and affect and
the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond.
SIGNED, SEALE PD THIS 18th DAY OF September , 2p 01
Vv?:QORAr�•• Ceccantl Ine. r, y—✓''
Principal
�Cb United dates Fidelity and Guaranty Company
Oct
PVA S NON
SdfeV Peggy A. Firth, Attorney-in-Fact
Received return of deposit in the sum of $
H:DIA WA Doca\2D01-488/DWC
iheStftj POWER OF ATTORNEY
' Seaboard Surety Company United States Fidelity and Guaranty Company
St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc.
St.Paul Mercury Insurance Company
' Power of Attorney No. 22015 Certificate No. 771069
KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that
' St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do
' hereby make,constitute and appoint
Curt Lyckman,David W.Gillespie,Michael R.Highsmith,Susan I Hudson,Elizabeth A. Whitt,Marie Poulin,
Nora L.Hale and Peggy A.Firth
Tacoma Washington
of the City of ,State their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings rgQu�ed or( tted in any actions or proceedings allowed by law.
p �lg1V' "� . 17th y
IN WITNESS WHEREOF,the Companies have caused this instrume r�t��t{e�i�� ea�1i day of August 2000
Seaboard Surety Company i. 7► �rted States Fidelity and Guaranty Company
' St.Paul Fire and Marine Insu � o � Fidelity and Guaranty Insurance Company
St.Paul Guardian Insurancil►p ' m k
Fidelity and Guaranty Insurance Underwriters,Inc.
St.Paul Mercury Insurance
SIY�ETy � \�'M IM.4'G JQ'+.1NSUg9 4.
• �O ���RR�RR1F�.y Q'�pYORRrF:�f `
INS � � ,191f� 19rJ NMVMTM
JOHN F.PHINNEY,Vice President
State of Maryland
City of Baltimore THOMAS E.HUIBRECTSE,Assistant Secretary
On this 17th day of Auggust 2000 before me, the undersigned officer, personally appeared John F. Phinney and
Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St. Paul Fire and
Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and
' Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
0 T7A44-r14-kA&
In Witness Whereof,I hereunto set my hand and official seal. � VBARY
4Q �
' My Commission expires the 13th day of July,2002. �sp9E Cjr a0 REBECCA EASLEY-ONOKALA,Notary Public
1
' 86203 Rev.7-2000 Printed in U.S.A.
BID BOND FORM
' Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of$ which amount is not less than five percent of the
total bid.
Sign here
Know All Men by These Presents:
' That we, , as Principal, and
as Surety, are held and firmly bound unto the City
' of Renton, as Obligee, in the penal sum of
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs,
' executors, administrators, successors and assigns, jointly and severally, by these presents.
' The condition of this obligation is such that if the Obligee shall make any award to the
Principal for NE 7th St/ Monroe Ave NE Storm Drainage Project according to the
terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make
' and enter into a contract with the Obligee in accordance with the terms of said proposal or
bid and award and shall give bond for the faithful performance thereof, with Surety or
' Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and
forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect and
the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
' the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF , 20
' Principal
Surety
Received return of deposit in the sum of$
H:Div\UtA Docs\2001-468/DWC
CITY OF RENTON
NE 7th St / Monroe Ave NE Storm Drainage Project
SWP-27-2884
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
' read and thoroughly understand the plans, specifications and contract governing the work embraced
in this improvement, and the method by which payment will be made for said work, and hereby
propose to undertake and complete the work embraced in this improvement, or as much thereof as
' can be completed with the money available, in accordance with the said plans, specifications and
contract and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and
PN�i�•�N� total amount of bid should be shown. Show unit
QG•• pFRTF'•.•
�: Q •: prices both in writing and in figures.)
s
Printed Name�s�\,& c
Signature
WAS a
Address:
Names of Members of Partnership:
P
' OR
' Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
' With Main Office in State of Washington at
H: Div\U111 Docs\2001-4681 DWC
T STREET & MONROE AVE
CITY OF REN ON—NE 7 S
STORM DRAINAGE IMPROVEMENTS PROJECT
' SCHEDULE OF PRICES
' Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
' UNIT
ITEM APPROX. ITEM NAME WITH UNIT PRICE PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
' l. 1 Mobilization and Demobilization
Lump Sum
' 2. 1 Construction Surveying, Staking, and As-built ,
Lump Sum Drawings $__� $� _
3. 1 Traffic Control kZ
' Lump Sum $ $ $
4. 1 Temporary Water ollution/Erosio Control
' Lump Sum
U\W\\-
' 5. 1 Trench Shoring and Excavation Safety System
Lump Sum
' 6. 1 Locate and Protect Existing Utilities
Lump Sum $ 11'JS� $_�1,\3S•b0
' 7. 1 Removal of Structure and Obstruction
Lump Sum $ 61� $ 4l1-1kQa b�
' 8. 11 Abandonment of Existing Catch Basin and
Each Manhole
9. 900 Remove/Relocate Existing Fence
Linear Foot $ 15 -bs ) $
10. 200 Chain Link Fence Type 6
Linear Foot $ au u3 $�} jp•Cp
11. 1 Remove/Relocate Existing Signing
Lump Sum $ ,,ro� -__-1vs���
' NE 7th/Monroe Storm System Project U:\docs\2001-468
UNIT
ITEM APPROX. ITEM NAME WITH UNIT PRICE PRICE AMOUNT
' NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
12. 4 Open Curb Face Catch Basin Type 1
Each
13. 33 Catch Basin Type 1
' Each
' 14. 60 Catch Basin Type 2,—48-inch Dia.
Each $ � $\,50 $ C ws .a
15. 1 Catch Basin Type 2—72-inch Dia.
Each $ w�c,�—s\ ��\\u.`� $�.�� $ tc)
' 16. 7 CPEP Storm Pipe—8-inch Dia.
Linear Foot $ \,A $ 46.00 $ ya o .pb
17. 1,260 CPEP Storm Pipe— 12-inch Dia.
Linear Foot $- ��� 6Q ,sw -, $ •(� $ al,lap �p
18. 810 CPEP Storm Pipe— 18-inch Dia.
Linear Foot $ St»
19. 5,200 CPEP Storm Pipe—24-inch Dia.
Linear Foot $\y:P \\c�.�t $fin 00 $ I?S,")m 0c)
20. 50 Ductile Iron Storm Pipe - 8-inch Dia.
Linear Foot $ $ 55
' 21. 790 Ductile Iron Storm Pipe— 12-inch Dia.
Linear Foot $ $ �pO $ ��,a� uc)
22. 70 Ductile Iron Storm Pipe—24-inch Dia.
Linear Foot $� n\.-k NL,K- `p $ -A$'Q--) $ 5,�ll�n pO
23. 10,300 Bank Run Gravel for Trench Backfill
' Ton $�a�e� c\�\ sue— $
24. 380 Gravel Borrow
' Ton $ $
25. 150 Unsuitable Foundation Excavation, Incl. Haul
Cubic Yard $ $ A $ 'a,l� �D
' NE 7th/Monroe Storm System Project UAdocs\2001-468
UNIT
ITEM APPROX. ITEM NAME WITH UNIT PRICE PRICE AMOUNT
1 NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
' 26. 50 Quarry Spalls
Ton -k &x\c,4, $ r,4) .Ott
' 27. 6 Controlled Density Fill ( CDF )
Cubic Yard $ \ate DO
28. 30 Reconnect Sanitary ide Sewer
Each
29. 100 Relocate 8-inch Water Main
' Linear Foot $\A�__� .c�� r\,--)L\o y--,
30. 16 Concrete Thrust Blocks Deadman Blocks
' Cubic Yard y\r�,� _ $ a 'p(� $ � (I-M.0
31. 140 Cement Concrete Driveway
' Square Yard
32. 290 Cement Concrete Driveway Approach
Square Yard
33. 4,020 Cement Concrete Curb and Gutter
' Linear Foot $ N- $ R-SO $ ��,�St�•��
34. 1,860 Cement Concrete Sidewalk
Square Yard $fir $ �\.�o�•aD
' 35. 1,700 Crushed Surfacing Top Course
Ton $—�\�e ��\�ca� $
36. 26,500 Saw Cutting
' Linear Foot $ c� — $ $
37. 1,300 Hot Mix Asphalt Concrete
Ton $ \fie�. \��� $ �\ O� $_
' 38. 2,500 Asphalt Concrete Pavement Cl. "B"
Ton $ 'Z� n` $ \.00 $1�1,�CYJ DD
39. 1 Restore Pavem nt Markings "
' Lump Sum $
NE 7th/ Monroe Storm System Project U:\docs\2001-468
i
' UNIT
ITEM APPROX. ITEM NAME WITH UNIT PRICE PRICE AMOUNT
iNO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
40. 1 Remove / Restore Existing Landscapin
Lump Sum
41. 260 TLOP soil Type A \
Cubic Yard $ �.( \� � �� 1�CiJ $ a�}?�\ $�n,3a0• �a
i42. 25 Bark or Wood Chip Mulch
Cubic Yard $ yC),m
i43. 510 Seeding, Fertilizing, and Mulching
Square Yard $eve \\��4 , $
i44. 1,400 Sod Installation
Square Yard $ \D,Ou) $ � ,Cw.d�
45. 1 T evision Inspection
Lump Sum \ $
46. 14 PVC Sewer Pipe 8-inch Diameter
Linear Foot $ 1 L-1\
e- 4'�'- -C%\�� $ �VN-1lQ $ lq'1t> .U�A—
' 47. 200 Compaction Testing
Each `� d�\\t��b $ �O U) $
' 48. 1 Minor Changes
Lump Sum $ Five Thousand Dollars $ 5,000.00 $ 5,000.00
i
i
Subtotal: $ .
' 8.8% Sales Tax:
' Total:
' NE 7th/Monroe Storm System Project U:\docs\2001-468
' SUBCONTRACTOR LIST
SWP-27-2884
' NE 7th St / Monroe Ave NE Storm Drainage Project
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder
submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as
described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW
[this also includes the control system integrator subcontractor as well as other electrical
' subcontractor(s)].
If the subcontractors names are not submitted with the bid, or within one (1) hour after the published
' bid submittal time OR if two or more subcontractors are named to perform the same work the bid shall
be considered nonresponsive and, therefore, void.
Complete the following:
If awarded the contract, e CCc>�'n . ���c will contract with the
(Name of Bidder's Company)
following subcontractors for the performance of heating, ventilation and air conditioning,
plumbing, and electrical (including automatic controls) work:
Bid Item (s) C
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
' Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
r
Page 1 of 2
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS: Bond No. 400SG4413
That we, the undersigned Ceccanti , Inc.
P.O. Box 39, Spanaway, WA 98387
United States Fidelity
t as principal, and and Guaranty Company corporation organized and existing under the
laws of the State of Maryland as a surety corporation, and qualified under the laws of the
State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are
' jointly and severally held and firmly bound to the City of Renton in the penal sum of $1 ,258,013.75 for
the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives, as the case may be.
t This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
City of Renton.
' Dated at , Washington, this day of , 20_.
Nevertheless, the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Public Works Construction Contract CAG providing for
construction of NE 7th St /Monroe Ave NE Storm Drainage Project
' (project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
' work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
' manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and
' shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by
reason of any carelessness or negligence on the part of said principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or
' expense by reason of failure of performance as specified in the contract or from defects appearing or
developing in the material or workmanship provided or performed under the contract within a period of one
year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but
' otherwise it shall be and remain in full force and effect.
Ceccanti , Inc. United States Fidelity and Guaranty Company
tPrincipal ty
Signature �V' •./P Signa
C� Q ;Z Peggy A. Firth, Attorney-in-Fact
Title 4=,sLU
z Title
1 0 C/) °
J��•. Approved by Lary Yvarrer,714/92
zzzz�'
H: Div\MR Docs\2001-468/DWC
' The.PdUl POWER OF ATTORNEY
Seaboard Surety Company United States Fidelity and Guaranty Company
St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
' St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc.
St.Paul Mercury Insurance Company
Power of Attorney No. 22015 Certificate No. 771070
' KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that
St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and
' that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do
hereby make,constitute and appoint
' Curt Dyckman,David W. Gillespie,Michael R.Highsmith, Susan J.Hudson,Elizabeth A.Whitt,Marie Poulin,
Nora L.Hale and Peggy A.Firth
Tacoma Washington
of the City of State their true and lawful Attorneys)-in-Fact,
' each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings ed or f tt n any actions or proceedings allowed by law.
' IN WITNESS WHEREOF,the Companies have caused this instrumenno I ZfsKeaIe� 17th dayof August 2000
Seaboard Surety Company !L`'�1"✓ ¢ � " to States Fidelity and Guaranty Company
St.Paul Fire and Marine Insurance 'ompany {xl Fidelity and Guaranty Insurance Company
St.Paul Guardian Insurance Company , Fidelity and Guaranty Insurance Underwriters,Inc.
St.Paul Mercury Insurance Compau
J�IE�M..... JfP MPOr9lf:^ uJ o•°� PCQiPORAT G
1927 g °h �) [XiI- R° � � JOHN F.PHINNEY,Vice President
��SE ALjot }a`.,SSJLL.an' � 1896 -. r 1977� � 1951
c�I,rN �s v 5..�"saF"Nsfa1 '1r
' State of Maryland
City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary
' On this 17th day of August 2000 before me,the undersigned officer,personally appeared John A Phinney and
Thomas E.Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and
Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and
Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of
' said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
cO�GGpEAS( A4-";t - r""
' Ivor
In Witness Whereof,I hereunto set my hand and official seal. n BtACY s /VJ '"_"""
My Commission expires the 13th day of July,2002. 09 f clw�o REBECCA EASLEY-ONOKALA,Notary Public
1
t
86203 Rev.7-2000 Printed in U.S.A.
CITY OF RENTON
. A FAIR PRACTICES POLICY
' off
AFFIDAVIT OF COMPLIANCE
Q C�l lh I Y\C/ hereby confirms and
' declares that
(Name of contractor/subcontractor/consultant/supplier)
�
I. It is the policy of �� CyU t� t �1�Y 1t' to
' offer equal
(Name of contractor/subcontractor/consultant/supplier)
' opportunity to all qualified employees and applicants for employment without
regard to the race, creed, color, sex, national origin, age, disability or veteran
' status.
II. CLUD'm complies with all
' applicable
(Name of contractor/subcontractor/consultant/supplier)
' federal, state and local laws governing non-discrimination in employment.
II. When applicable, �_e mb TA L will
' seek out and
(Name of contractor/subcontractor/consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
' Print Agent/Representative's Name
' Q:ci. rn.
Print Agent/Representative's Title
yc� � pc; � ..... •
' P � /
Agent/Representative's Signature
' Date Signed
' Instructions: This document MUST be completed by each contractor, subcontractor, consultant
and/or supplier. Include or attach this document(s)with the contract.
1
WAIVER OF NOTICE OF SPECIAL MEETING
OF BOARD OF DIRECTORS OF
' CECCANTI, INC.
' We the undersigned, being all of the Board of Directors
of Ceccanti, Inc . hereby waive notice of the time and place of the
' holding of a special meeting of the Board of Directors of said
corporation, and hereby consent that the same may be held in
' Tacoma, Washington on the 3RD day of May, 1996, at the hour of
' 10 : 00 a .m. , for the transaction of any business which may be
brought before s�id meeting.
RIC. R ECCANT DAVID CE TI
t
DAVID BACHMEIER
MINUTES OF SPECIAL MEETING
' OF BOARD OF DIRECTORS OF
' CECCANTI, INC.
' A special meeting of the Board of Directors of Ceccanti,
Inc . was held in Tacoma, Washington on the 3RD day of May, 1996,
' at the hour of 10 : 00 a.m. Said special meeting was called for the
purpose of considering a resolution to memorialize the authority of
' certain officers of the corporation to enter into contracts on
' behalf of the corporation.
The following Directors were present in person:
T
' RICHARD L . CECCANTI
DAVID BACHMEIER
' DAVID CECCANTI
Richard L. Ceccanti acted as Chairman of the meeting,
' and David Bachmeier acted as Secretary.
' The Directors first acknowledged the waiver of the notice
of the special meeting and consented to the transaction of business
' before the Board.
After the meeting was called to order, upon motion of the
' Chairman, the following was unanimously approved by the Board of
Directors :
' RESOLVED, that Richard L. Ceccanti, or David Bachmeier,
or David Ceccanti, shall have the authority on behalf of
' the corporation to sign any and all documents of
whatsoever kind or nature pertaining to or incident to
contracts of Ceccanti, Inc .
' There being no further business to come before the
meeting, the same was adjourned until such time as the corporation
' shall have either a general or special meeting of the Board of
' Directors .
' IffCHARD L. CECCANTI, Chairman
' ATTEST:
' DAVID BA EIER, Secretary
' Contracts other than Federal-Aid FHWA
' CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this 1 2 day of 04. , 20 .
' by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and
Ceccanti Inc.
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
r1) The Contractor shall within the time stipulated, (to-wit: within one hundred and twenty
[ 120 ] working days from date of commencement hereof as required by the Contract, of
' which this agreement is a component part) perform all the work and services required to
be performed, and provide and furnish all of the labor, materials, appliances, machines,
tools, equipment, utility and transportation services necessary to perform the Contract,
and shall complete the construction and installation work in a workmanlike manner, in
connection with the City's Project identified as SWP-27-2884 for improvement by
construction and installation of: NE 7th St / Monroe Ave NE Storm Drainage Project .
All the foregoing shall be timely performed, furnished, constructed, installed and
completed in strict conformity with the plans and specifications, including any and all
' addenda issued by the City and all other documents hereinafter enumerated, and in full
compliance with all applicable codes, ordinances and regulations of the City of Renton
and any other governmental authority having jurisdiction thereover. It is further agreed
and stipulated that all of said labor, materials, appliances, machines, tools, equipment and
services shall be furnished and the construction installation performed and completed to
the satisfaction and the approval of the City's Public Works Director as being in such
conformity with the plans, specifications and all requirements of or arising under the
' Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing
of this agreement, consists of the following documents, all of which are component parts
of said Contract and as fully a part thereof as if herein set out in full, and if not attached,
as if hereto attached.
' a) This Agreement
b) Instruction to Bidders
' c) Bid Proposal
d) Specifications
e) Maps and Plans
' f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
' i) Technical Specifications, if any
1
' H:Div\Utl\Dots\2001-468/DWC
r
' Contracts other than Federal-Aid FHWA
' 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for
the benefit of his creditors, or if a receiver shall be appointed on account of the
Contractor's insolvency, or if he or any of his subcontractors should violate any of the
' provisions of this Contract, the City may then serve written notice upon him and his
surety of its intention to terminate the Contract, and unless within ten (10) days after the
serving of such notice, such violation or non-compliance of any provision of the Contract
t shall cease and satisfactory arrangement for the correction thereof be made, this Contract,
shall, upon the expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately serve written
' notice thereof upon the surety and the Contractor and the surety shall have the right to
take over and perform the Contract, provided, however, that if the surety within fifteen
15 days after the serving upon it of such notice of termination does not perform the
' Contract or does not commence performance thereof within thirty (30) days from the date
of serving such notice, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
' advisable, for the account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the City thereby. In
such event, the City, if it so elects, may, without liability for so doing, take possession of
' and utilize in completing said Contract such materials, machinery, appliances, equipment,
plants and other properties belonging to the Contractor as may be on site of the project
and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
1 5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life, personal injury and/or damage
to property arising from or out of any occurrence, omission or activity upon, on or about
' the premises worked upon or in any way relating to this Contract. This hold harmless
and indemnification provision shall likewise apply for or on account of any patented or
' unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically
provided for in this Contract.
' In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City
harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
t paid by the City in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by
City in the enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold
harmless the City, from claims, demands or suits based solely upon the conduct of the
' City, its officers or employees and provided further that if claims or suits are caused by
H:Div\Utl\Docs\2001-468/DWC
1
Contracts other than Federal-Aid FHWA
' or result from the concurrent negligence of (a) the Contractor's agents or employees and
(b) the City, its agents, officers and employees, and involves those actions covered by
RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such
concurrent negligence shall be valid and enforceable only to the extent of the Contractor's
negligence or the negligence of the Contractor's agents or employees.
' 6) Any notice from one party to the other party under the Contract shall be in writing and
shall be dated and signed by the party giving such notice or by its duly authorized
representative of such party. Any such notice as heretofore specified shall be given by
' personal delivery thereof or by depositing same in the United States mail, postage
prepaid, certified or registered mail.
' 7) The Contractor shall commence performance of the Contract no later than 10 calendar
days after Contract final execution, and shall complete the full performance of the
Contract not later than one hundred twenty [ 120 ] working days from the date of
' commencement. For each and every working day of delay after the established day of
completion, it is hereby stipulated and agreed that the damages to the City occasioned by
said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated
' damages (and not as a penalty) for each such day, which shall be paid by the Contractor
to the City.
' 8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
' The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified.
' The City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof, and Contractor shall be obligated to take immediate
steps to correct and remedy any such defect, fault or breach at the sole cost and expense
of Contractor.
' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
' miscellaneous data pertaining to the Contract as may be requested by the City from time
to time.
' 10) The Contractor shall furnish a surety bond or bonds as security for the faithful
performance of the Contract, including the payment of all persons and firms performing
labor on the construction project under this Contract or furnishing materials in connection
' with this Contract; said bond to be in the full amount of the Contract price as specified in
Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a
surety in the State of Washington.
' H:Div\UU\Docs\2001-468/DWC
1
' Contracts other than Federal-Aid FHWA
' 11) The total amount of this contract is the sum of $1,258,013.75
One Million, Two Hundred Fifty Eight Thousand, Thirteen Dollars and 75 cents .
arn[eiraares
' which includes Washington State Sales Tax. Payments will be made to Contractor as
specified in the "General Requirements" and this Contract Document.
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/Part er/Owner M
for ST
.s./
Secretary City Clerk
dba �eoocnfi �_ A&
JS _
echeck oneIndividual P oration Incorporated%
Attention:
' If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
' by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
' If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as) and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
' H:Div\UtR Docs\2001-468/DWC
e0*,3M"D,"
City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR: C20_,O, � I YA L_/• (Contractor)
PROJECT NUMBER: SWP-27-2884 STAFF CONTACT: Daniel Carey
' Certificate of Insurance indicates the coverages/limits specified in Yes No
contract?
Are the following coverages and/or conditions in effect? Yes No
' The Commercial General Liability policy form is an ISO 1993 Yes No
Occurrence Form or Equivalent?
' (If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes [ No
' General Aggregate provided on a"per project basis(CG2503)?* Yes No
Additional Insured wording provided?* �fl Yes No
Coverage on a primary basis and non-contributing basis?* [� Yes No
Waiver of Subrogation Clause applies?* Yes No
' Severability of Interest Clause(Cross Liability)applies? Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No
*To be shown on certificate of insurance*
' AM BEST'S RATING FOR CARRIER
GL f� V Auto " -� Xy Umb X v Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
l
' AgencyBro Completed By(Tje or Print Name)
' Address —� t Completed By(Signature)
' Name of person contact Telephone umber
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
a_
a.'
s
AnoRD CERTIFICATE OF LIABILITY INSURANCESR A DATE(MM/DD/ 0
ECC 1 09/26/ 1
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
rsing, Dyckman, & Toynbee HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
5 South 9th Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Tacoma WA 98405
fURED
ne: 253-627-7183 Fax:253-572-1430
INSURERS AFFORDING COVERAGE
INSURERA: Zurich—American (Sea)
INSURER B:
' Ceccanti Inc INSURERC:
PO BOX 39 INSURER D:
Spanaway WA 98387
INSURER E:
COVERAGES
-HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
NY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
AY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
R TYPE OF INSURANCE POLICY NUMBER POLICY EFFE TIVE POLICY EXPIRATION LIMITS
DATE MM/DD/YY DATE MM/DD/YY
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
A X COMMERCIAL GENERAL LIABILITY CON95580131 04/30/01 04/30/02 FIRE DAMAGE(Any one fire) $ 300,000
CLAIMS MADE rxl OCCUR MED EXP(Any one person) $ 10,000
I
X Owner/font Prot. PERSONAL BADVINJURY $ 1,000,000
GENERAL AGGREGATE s2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY X PROECT LOC
J
11 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000
A X ANY AUTO CON38070075 04/30/01 04/30/02 (Ea accident)
' ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Per person)
X HIRED AUTOS BODILY INJURY
X NON-OWNED AUTOS (Per accident) $
' PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000
X OCCUR ❑ CLAIMS MADE CON95580842 04/30/01 04/30/02 AGGREGATE $ 1,000,000
1 $
DEDUCTIBLE $
RETENTION $ FATU $
WORKERS COMPENSATION AND TORY LIMITS ER
EMPLOYERS'LIABILITY
WA.STGP GAP arsPLYR LIAs. 04/30/01 04/30/02 E.L.EACH ACCIDENT $ 1,OOO,OOO
CON95580131 E.L.DISEASE-EA EMPLOYEE $ 1,000,000
E.L.DISEASE-POLICY LIMIT $ 1,0 0 0,0 0 0
OTHER
CRIPTION OF OPERATION&LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
:NE 7th St./Monroe Ave. N.E. Storm Drain Proj . #SWP-27-2884
Certificate Holder,its elected/appointed officers&officials, employees, sub-
�nsultants and volunteers are named as Additional Insureds.Primary coverage
r 801418,Per Project Aggregate per CG 2503 & Separation of Insureds apply
RTIFICATE HOLDER }( ADDITIONAL INSURED,INSURER LETTER: CANCELLATION
CITYREN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL MAIL
4 5X DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
' City of Renton,Washington LEFT,
Attn:Beverly Nelson-Glode
200 Mill Avenue South
Renton WA 98055
ORD 25-S(7/97) ACORD CORPORATION 1988
ENDORSEMENT
' In consideration of the premium charged, it is hereby agreed and understood that Policy Number
CON95580131 issued by Zurich-American Insurance Company, is amended
to include the following terms and conditions as respects Contract Number- SWP-27-2884
' issued by the City of Renton(OWNER).
1. ADDITIONAL INSURED. The OWNER, their elected or appointed officers, officials, employees,
' subconsultants, and volunteers are included as additionally insured with regard to damages
and defense of claims arising from: (a) activities performed by or on behalf of the NAMED INSURED;
or (b) products and completed operations of the NAMED INSURED, or (c) premises owned,
leased or used by the NAMED INSURED.
2. CONTRIBUTION NOT REQUIRED. As respects: (a) work performed by the NAMED INSURED
for or on behalf of the OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or
(c) premises leased by the NAMED INSURED from the OWNER, the insurance afforded by this
policy shall be primary insurance as respects the OWNER, or any other insured, its elected or
' appointed officers, officials, employees, subconsultants, or volunteers; or stand in an unbroken
chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage.
In either event, any other insurance maintained by the OWNER, or any other insured, its elected
or appointed officers, officials, employees, subconsultants, or volunteers shall be in excess of this
' insurance and shall not contribute with it.
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall
' not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or
for any other Insured or by or for any employee of any other Insured. This policy shall protect
each Insured in the same manner as through a separate policy had been issued to each, except
' that nothing herein shall operate to increase the company's liability beyond the amount or
amounts for which the company would have been liable had only one insured been named
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended,
voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior
written notice by certified mail return receipt requested has been given to the OWNER. Such
notice shall be addressed to (a) the OWNER and (b) the CONSULTANT.
5, CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has
' been filed with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately
to the above named contract for the above named OWNER.
09/26/01 Curt Dyckman
' Date Authoriz-a Represe tative
Sig na ure
H Jorms/envrmtal/envi rpol/bh
' Page 2 of 5
POLICY NUMBER:CON95580131 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (PRIMARY INSURANCE)
' This endorsement modifies insurance provided under the following:
' COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
' Name of Person or Organization: City of Renton, its elected or appointed officers, officials,
employees, subconsultants and volunteers
RE: N.E 7th/Monroe Ave. N.E. Storm Drain Project#SWP-27-2884
' (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement)
' WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that
insured.
The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other
insurance available to the person or organization shown in the Schedule unless the other insurance is provided by a
contractor other than you for the same operation and job location. Then we will share with that other insurance by the
' method described in paragraph 4.c. of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV).
Paragraph 2.f. of WHO IS AN INSURED (Section 11) does not apply to the person or organization shown in the
Schedule.
801411 Ed, 3-96 Contains copyrighted material of the Insurance Services Office,Inc.,with its permission.
NAME:Ceccanti Inc.
POLICY NUMBER:CON95580131
O
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CG 25 03 1185
AMENDMENT--AGGREGATE LIMITS OF INSURANCE
(PER PROJECT)
This endorsement modifies insurance provided under the following:
r
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
' SCHEDULE
' The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies
separately to each of your projects away from premises owned by or rented to you.
RE: N.E. 7t"/Monroe Ave. N.E. Storm Drain Project SWP-27-2884
' City of Renton, Washington
Copyright, Insurance Services Office, Inc., 1984
t
� PREVAILING MINIMUM
� HOURLY WAGE RATES
1
1
1
1
1
1
1
1
1
ING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/jwages/20012/coI7.htm
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates
must add to not less than this total. A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
KING County
Effective 8/31/01
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
ASBESTOS ABATEMENT WORKERS — —
JOURNEY LEVEL $29.67 IM 5D
BOILERMAKERS
JOURNEY LEVEL $35.96 113 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $35.37 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $11.71 1
CARPENTERS
ACOUSTICAL WORKER $34.50 IM 5D
BRIDGE, DOCK AND WARF CARPENTERS $34.34 1M 5D
CARPENTER $34.34 IM 5D
CREOSOTED MATERIAL $34.44 IM 5D
DRYWALL APPLICATOR $34.94 IM 5D
FLOOR FINISHER $34.47 IM 5D
FLOOR LAYER $34.47 1 M 5D
FLOOR SANDER $34.47 1 M 5D
MILLWRIGHT AND MACHINE ERECTORS $35.34 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS $34.54 1M 5D
AND WELDING
SAWFILER $34.47 IM 5D
SHINGLER $34.47 IM 5D
STATIONARY POWER SAW OPERATOR $34.47 1M 5D
STATIONARY WOODWORKING TOOLS $34.47 1M 5D
CEMENT MASONS
JOURNEY LEVEL $35.33 IM 5D
DIVERS & TENDERS
of 10 8/7/01 2:22 PM
KING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/jwages/20012/co17.h�
DIVER $74.30 1M 5D 8A
DIVER TENDER $37.01 1 M 5D
DREDGE WORKERS T
ASSISTANT ENGINEER $35.67 1B 5D 8L
ASSISTANT MATE (DECKHAND) $35.23 113 5D 81,
BOATMEN $35.67 113 5D 8L
ENGINEER WELDER $35.72 1B 5D 8L
LEVERMAN, HYDRAULIC $37.11 113 5D 8L
MAINTENANCE $35.23 113 5D 8L
MATES $35.67 113 5D 8L
OILER $35.33 113 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $34.92 1J 513
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
ELECTRICIANS -INSIDE
CABLE SPLICER $44.57 ID 6H
CABLE SPLICER(TUNNEL) $61.22 1D 6H
CERTIFIED WELDER $42.95 ID 6H
CERTIFIED WELDER(TUNNEL) $58.85 1D 6H
CONSTRUCTION STOCK PERSON $22.79 1D 6H
JOURNEY LEVEL $41.33 1D 6H
JOURNEY LEVEL (TUNNEL) $56.47 1D 6H
ELECTRICIANS -MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS -POWERLINE CONSTRUCTION
CABLE SPLICER $42.16 4A 5A
CERTIFIED LINE WELDER $38.72 4A 5A
GROUNDPERSON $28.38 4A 5A
HEAD GROUNDPERSON $29.81 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $38.72 4A 5A
JACKHAMMER OPERATOR $29.81 4A 5A
JOURNEY LEVEL LINEPERSON $38.72 4A 5A
LINE EQUIPMENT OPERATOR $32.95 4A 5A
POLE SPRAYER $38.72 4A 5A
POWDERPERSON $29.81 4A 5A
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $31.29 4A 61
MECHANIC $42.25 4A 6I
MECHANIC IN CHARGE $46.63 4A 6I
PROBATIONARY CONSTRUCTOR $16.27 4A 6I
FABRICATED PRECAST CONCRETE PRODUCTS '
2 of 10 8/7/01 2:22
ING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/jwages/20012/coI7.htm
ARCHITECTURAL AND PRESTRESSED CONCRETE - All $10.60 1
Classifications
ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 113 6S
ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 113 6S
ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - Maintenance $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS - Operator $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - Welder $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS - Wet Pour $17.99 113 6S
ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 IB 6S
FENCE ERECTORS
FENCE ERECTOR $13.80 1
FENCE LABORER $11.60 1
FLAGGERS - -
JOURNEY LEVEL $24.99 1M 5D
GLAZIERS
JOURNEY LEVEL $35.21 2E 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $35.83 1F 5C
HEATING EQUIPMENT MECHANICS
MECHANIC $18.45 1J 5A
INDUSTRIAL ENGINE AND MACHINE MECHANICS -
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
INLAND BOATMEN
ASSISTANT ENGINEER $30.68 1K 5D
CHIEF ENGINEER $31.55 1K 5D
COOK $26.56 1K 5D
DECK ENGINEER,ABLE SEAMAN, OILER $26.56 1K 51)
DECKHAND $26.15 1K 5D
FIRST MATE $30.78 1K 5D
MASTER $33.72 1K 5D
MATE, LAUNCH OPERATOR $28.81 1K 51)
MESSMAN $21.94 1K 5D
ORDINARY SEAMAN $23.26 1K 51)
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE
CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $6.72 1
TV TRUCK OPERATOR $10.53 1
' INSULATION APPLICATORS - -
JOURNEY LEVEL $34.34 1M 5D
of 10 8/7/01 2:22 PM
KING County-Effective: 8/31/01 http://www.lni.wa.gov/prevailingwage/jwages/20012/col7.h�
IRONWORKERS
JOURNEY LEVEL $37.07 113 5A
LABORERS
ASPHALT RAKER $30.15 1M 5D
BALLAST REGULATOR MACHINE $29.67 1 M 5D
BATCH WEIGHMAN $24.99 IM 5D
CARPENTER TENDER $29.67 1M 5D
CASSION WORKER $30.51 1M 5D
CEMENT DUMPER/PAVING $30.15 1M 5D
CEMENT FINISHER TENDER $29.67 IM 5D
CHIPPING GUN (OVER 30 LBS) $30.15 1M 5D i
CHIPPING GUN (UNDER 30 LBS) $29.67 1M 5D
CHUCK TENDER $29.67 1M 5D
CLEAN-UP LABORER $29.67 1M 5D
CONCRETE FORM STRIPPER $29.67 1M 5D
CONCRETE SAW OPERATOR $30.15 1M 5D
CRUSHER FEEDER $24.99 1M 5D
CURING LABORER $29.67 1M 5D
DEMOLITION, WRECKING & MOVING (INCLUDING $29.67 1M SD
CHARRED MATERIALS)
DITCH DIGGER $29.67 IM 5D
DIVER $30.51 1M 5D
DRILL OPERATOR(HYDRAULIC, DIAMOND) $30.15 1M 5D
DRILL OPERATOR, AIRTRAC $30.51 IM 5D
DUMPMAN $29.67 IM 5D
FALLER/BUCKER, CHAIN SAW $30.15 1M 5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window $22.67 IM 5D
cleaning;NOT construction debris cleanup)
FINE GRADERS $29.67 1M 5D
FIRE WATCH $29.67 IM 5D
FORM SETTER $29.67 1M 5D
GABION BASKET BUILDER $29.67 1M 5D
GENERAL LABORER $29.67 IM 5D
GRADE CHECKER& TRANSIT PERSON $30.15 1M 5D
GRINDERS $29.67 IM 5D
GROUT MACHINE TENDER $29.67 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $30.51 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $30.15 IM 5D
HAZARDOUS WASTE WORKER LEVEL C $29.67 1M 5D
HIGH SCALER $30.51 1M 5D
HOD CARRIER/MORTARMAN $30.15 1M 5D
JACKHAMMER $30.15 IM 5D
LASER BEAM OPERATOR $30.15 1M 5D
MINER $30.51 1M 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER $30.15 IM 5D
WHEN USING HIGH PRESSURE AIR & WATER ON '
4 of 10 8/7/01 2:2211
ING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/jwages/20012/coI7.htm
CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $30.15 1M 5D
PILOT CAR $24.99 1M 5D
PIPE RELINER(NOT INSERT TYPE) $30.15 1M 5D
PIPELAYER& CAULKER $30.15 1M 5D
PIPELAYER& CAULKER(LEAD) $30.51 1M 5D
PIPEWRAPPER $30.15 1M 5D
POT TENDER $29.67 1M 5D
POWDERMAN $30.51 IM 5D
POWDERMAN HELPER $29.67 1M 5D
POWERJACKS $30.15 1M 5D
RAILROAD SPIKE PULLER(POWER) $30.15 1M 5D
RE-TIMBERMAN $30.51 1M 5D
RIPRAP MAN $29.67 1M 5D
SIGNALMAN $29.67 1M 5D
SLOPER SPRAYMAN $29.67 1M 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $30.15 1M 5D
SPREADER(CONCRETE) $30.15 1M 5D
STAKE HOPPER $29.67 1M 5D
STOCKPILER $29.67 1M 5D
TAMPER& SIMILAR ELECTRIC, AIR& GAS $30.15 1M 5D
TAMPER(MULTIPLE& SELF PROPELLED) $30.15 1M 5D
TOOLROOM MAN (AT JOB SITE) $29.67 1 M 5D
TOPPER-TAILER $29.67 1M 5D
TRACK LABORER $29.67 1M 5D
TRACK LINER(POWER) $30.15 1M 5D
TUGGER OPERATOR $30.15 1M 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $29.67 1M 5D
VIBRATOR $30.15 1M 5D
WELDER $29.67 1M 51)
WELL-POINT LABORER $30.15 1M 5D
LABORERS -UNDERGROUND SEWER& WATER
GENERAL LABORER $29.67 1M 5D
PIPE LAYER $30.15 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $10.63 1
DRIVERS
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $34.94 1M SD
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST $16.84 1
METAL FABRICATION (IN SHOP)
FITTER $15.86 1
of 10 8/7/01 2:22 PM
KING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/J*wages/20012/colTh�
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $27.63 2B 5A
PLASTERERS
JOURNEY LEVEL $35.63 1R 5A
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $43.71 1 G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $33.59 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $36.05 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & $36.49 1T 5D 8L
UNDER 6 YD) - - -
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER $36.99 1T 5D 8L
WITH ATTACHMENTS)
BACKHOES, (75 HP& UNDER) $35.69 1T 5D 8L
BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L
BARRIER MACHINE (ZIPPER) $36.05 1 T 5D 81,
BATCH PLANT OPERATOR, CONCRETE $36.05 IT 5D 8L
BELT LOADERS (ELEVATING TYPE) $35.69 1T 5D 8L
BOBCAT $33.59 1T 5D 8L
BROOMS $33.59 IT 5D 81,
BUMP CUTTER $36.05 IT 5D 81,
CABLEWAYS $36.49 1T 5D 8L
CHIPPER $36.05 1 T 5D 81,
COMPRESSORS $33.59 1 T 5D 8L
CONCRETE FINISH MACHINE - LASER SCREED $33.59 IT 5D 8L
CONCRETE PUMPS $35.69 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM $36.05 1T 5D 8L
ATTACHMENT
CONVEYORS $35.69 1T 5D 81,
CRANES, THRU 19 TONS, WITH ATTACHMENTS $35.69 1T 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $36.05 IT 5D 8L
6 of 10 8/7/01 2:22 1
LING County-Effective: 8/31/01 http://www.ini.wa.gov/prevailingwage/jwages/20012/coI7.htm
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM $36.49 1T 5D 8L
(INCLUDING JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM $36.99 1 T 5D 8L
(INCLUDING JIB WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM $37.49 1T 5D 8L
(INCLUDING JIB WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $33.59 1T 5D 8L
CRANES, A-FRAME, OVER 10 TON $35.69 1T 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM $37.99 1T 5D 8L
INCLUDING JIB WITH ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 -44 TONS) $36.05 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $36.49 1T 5D 8L
CRANES, OVERHEAD,BRIDGE TYPE (100 TONS & $36.99 IT 5D 8L
�j OVER)
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE $36.99 1T 5D 8L
TO BOOM
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE $37.49 1T 5D 8L
TO BOOM
CRUSHERS $36.05 IT 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $36.05 1T 5D 8L
DERRICK, BUILDING $36.49 1T 5D 8L
DOZERS, D-9 &UNDER $35.69 1T 5D 8L
DRILL OILERS -AUGER TYPE, TRUCK OR CRANE $35.69 1T 5D 8L
MOUNT
DRILLING MACHINE $36.05 1T 5D 8L
ELEVATOR AND MANLIFT, PERMANENT AND $33.59 1T 5D 8L
SHAFT-TYPE
EQUIPMENT SERVICE ENGINEER(OILER) $35.69 1T 5D 8L
FINISHING MACHINEBIDWELL GAMACO AND $36.05 1T 5D 8L
SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER) $35.69 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $33.59 1T 5D 8L
GRADE ENGINEER $35.69 1T 5D 8L
GRADECHECKER AND STAKEMAN $33.59 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS),AIR $35.69 1T 5D 8L
TUGGERS
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 1T 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $36.05 1T 5D 8L
HYDRALIFTSBOOM TRUCKS (10 TON & UNDER) $33.59 1T 5D 8L
HYDRALIFTSBOOM TRUCKS (OVER 10 TON) $35.69 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $36.49 IT 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $36.99 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $36.05 1T 5D 8L
LOCOMOTIVES, ALL $36.05 1T 5D 8L
MECHANICS, ALL $36.05 1T 5D 8L
MIXERS, ASPHALT PLANT $36.05 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $36.05 1T 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $35.69 1T 5D 8L
17 of 10 8/7/01 2:22 PM
KING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/jwages/20012/co17.h
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $36.49 1T 5D 8L
SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND $33.59 IT 5D 8L
MULCH SEEDING OPERATOR
PAVEMENT BREAKER $33.59 1T 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 1T SD 8L
PLANT OILER(ASPHALT CRUSHER) $35.69 1 T 5D 8L
POSTHOLE DIGGER, MECHANICAL $33.59 1 T 5D 8L
POWER PLANT $33.59 IT 5D 8L
PUMPS, WATER $33.59 IT 5D 8L
QUAD 9, D-10, AND HD-41 $36.49 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED $36.49 IT 5D 8L
EARTH MOVING EQUIP
RIGGER AND BELLMAN $33.59 1T 5D 8L
ROLLAGON $36.49 IT 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $33.59 1T 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $35.69 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $36.05 1T 5D 8L
SAWS, CONCRETE $35.69 1T 5D 8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $36.05 IT 5D 8L
ARTICULATING OFF-ROAD EQUIPMENT( UNDER 45
YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $36.49 IT 5D 8L
ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND
OVER)
SCRAPERS, CONCRETE AND CARRY ALL $35.69 IT 5D 8L
SCREED MAN $36.05 IT 5D 8L
SHOTCRETE GUNITE $33.59 IT 5D 8L
SLIPFORM PAVERS $36.49 1T 5D 8L
SPREADER,TOPSIDE OPERATOR- BLAW KNOX $36.05 1T 5D 8L
SUBGRADE TRIMMER $36.05 IT 5D 8L
TRACTORS, (75 HP & UNDER) $35.69 1T 5D 81,
TRACTORS, (OVER 75 HP) $36.05 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $36.05 1T 5D 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $36.49 IT 5D 8L
TRENCHING MACHINES $35.69 1T 5D 8L j
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 1T 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON & OVER) $36.05 1T 5D 8L
WHEEL TRACTORS, FARMALL TYPE $33.59 1 T 5D 81, '
YO YO PAY DOZER $36.05 1T 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& WATER
(SEE POWER EQUIPMENT OPERATORS) $0.00
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $28.90 4A 5A
SPRAY PERSON $27.34 4A 5A
TREE EQUIPMENT OPERATOR $27.72 4A 5A
TREE TRIMMER $25.64 4A 5A
8 of 10 8/7/01 2:22 t
ING County-Effective: 8/31/01 http://www.ini.wa.gov/prevailingwage/jwages/20012/coI7.htm
TREE TRIMMER GROUNDPERSON $18.70 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $41.86 1 G SA
RESIDENTIAL BRICK& MARBLE MASONS
JOURNEY LEVEL $19.25 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $25.78 1B 5D
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $35.33 1M 5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $22.18 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $24.34 2E 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.59 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $7.96 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $14.83 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $27.67 1 G 5A
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $41.86 1 G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $26.23 1 J 5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $30.60 113 5A
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $15.37 1
ROOFERS
JOURNEY LEVEL $31.03 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $34.03 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $39.68 1J 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
SIGN INSTALLER $23.36 1
SIGN MAKER $16.84 1
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $30.60 113 5A
SOLAR CONTROLS FOR WINDOWS
of 10 8/7/01 2:22 PM
KING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/jwages/20012/co17.h
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $42.43 1B 5C
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $24.74 2B 5A
HOLE DIGGER/GROUND PERSON $13.18 2B 5A
INSTALLER(REPAIRER) $23.66 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A
SPECIAL APPARATUS INSTALLER 1 $24.74 2B 5A
SPECIAL APPARATUS INSTALLER II $24.21 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 2B 5A
TELEVISION GROUND PERSON $12.42 2B 5A
TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A
TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A
TELEVISION TECHNICIAN $18.33 2B 5A
TREE TRIMMER $22.91 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $32.83 IH 5A
TILE,MARBLE & TERRAZZO FINISHERS
FINISHER $26.66 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $27.67 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $33.48 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $34.06 1T 5D 81,
DUMP TRUCK $33.48 IT 5D 8L
DUMP TRUCK& TRAILER $34.06 1T 5D 8L
OTHER TRUCKS $34.06 1 T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
10 of 10 8/7/01 2:22
�ENEFIT CODE KEY http://www.Ini.wa.gov/prevailingwa.....\BenCodes\20012\BenefitCodes.htm
BENEFIT CODE KEY - EFFECTIVE 08-31 -01
OVERTIME CODES
Overtime Calculations are based on the hourly rate actually paid to the worker.
On public works projects, the hourly rate must be not less than the prevailing rate
of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)
HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
A. All hours worked on Saturdays, Sundays and holidays shall be paid at one and one-half
times the hourly rate of wage.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of
wage.
C. All hours worked on Sundays shall be paid at double the hourly rate of wage.
D. The first eight (8) hours worked on Saturdays of a five - eight hour workweek and the first
eight (8) hours worked on a fifth calendar day, excluding Sunday, in a four - ten hour schedule,
shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of
eight (8) hours per day on Saturday; all hours worked in excess of eight (8) hours in a fifth
calendar weekday of a four- ten hour schedule; all hours worked in excess of ten (10) hours
per day Monday through Friday, and all hours worked on Sundays and holidays shall be paid
at double the hourly rate of wage.
F. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly
rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked
on Sundays and holidays (except Labor Day) shall be paid at double the hourly rate of wage.
All hours worked on Labor Day shall be paid at three times the hourly rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth
calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the
hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through
Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement
weather conditions or equipment breakdown) shall be paid at one and one-half times the
hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
J. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly
rate of wage. All hours worked in excess of eight (8) hours and Saturday, and all hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the
lof 6 8/7/01 2:23 PM
BENEFIT CODE KEY http://www.lni.wa.gov/prevailingwa.....\BenCodes\20012\BenefitCodes.h
hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of
wage.
L. All hours worked on Saturdays, Sundays and holidays (except Thanksgiving Day and
Christmas Day) shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Thanksgiving Day and Christmas Day shall be paid at double the hourly rate of
wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement
weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half
times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one
and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at
double the hourly rate of wage.
Q. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on Sundays and holidays (except Christmas Day) shall be paid at
double the hourly rate of wage. All hours worked on Christmas Day shall be paid at two and
one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of
wage.
S. All hours worked on Sundays between the hours of 12:OOAM Sunday and 6:OOAM
Monday and on holidays shall be paid at double the hourly rate of wage.
T. All hours worked on Saturdays, except makeup days, shall be paid at one and one-half
times the hourly rate of wage. All hours worked after 6:OOPM Saturday to 6:OOAM Monday
and on holidays shall be paid at double the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two
times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the
hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except makeup days) shall be paid at one
and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two
times the hourly rate of wage.
2. ALL HOURS WORKED IN EXCESS OF EIGHT 8 HOURS PER DAY OR FORTY 40
HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
A. The first six (6) hours worked on Saturday shall be paid at one and one-half times the
hourly rate of wage. All hours worked in excess of six (6) hours on Saturday and all hours
worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage.
2 of 6 8/7/01 2:23 1
ENEFIT CODE KEY http://www.lni.wa.gov/prevailingwa.....\BenCodes\20012\BenetitCodes.htm
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at two times the hourly rate of wage.
D. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the
hourly rate of wage. The first eight (8) hours worked on holidays shall be paid at straight time
in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall
be paid at one and one-half times the hourly rate of wage.
E. All hours worked on Saturdays or holidays (except Labor Day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Sundays or on Labor Day shall
be paid at two times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of
wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays
shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours
worked on paid holidays shall be paid at two and one-half times the hourly rate of wage
including holiday pay.
J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours
worked on paid holidays shall be paid at two and one-half times the hourly rate of wage,
including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the
hourly rate of wage.
M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly
rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the
hourly rate of wage.
4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall
be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and
holidays shall be paid at double the hourly rate of wage.
5. HOLIDAY CODES
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8).
C. Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8).
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
lof 6 8/7/01 2:23 PM
BENEFIT CODE KEY http://www.Ini.wa.gov/prevailingwa.....\BenCodes\20012\BenetitCodes.h
Day, the last work day before Christmas Day, and Christmas Day (7).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day
after Thanksgiving Day, and Christmas Day (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving r
Day, and Christmas Day (6).
N. Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and
Christmas Day (9).
O. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day,
Thanksgiving Day, and Christmas Day (6).
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, and Christmas Day (6).
R. Paid Holidays: New Year's Day, President's Day, Independence Day, Labor Day,
Thanksgiving Day, the day after Thanksgiving Day, one-half day before Christmas Day, and
Christmas Day (7 1/2).
S. Paid Holidays: New Year's Day, President's Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, and Christmas Day (7).
T. Paid holiday: seven (7) paid holidays.
U. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day,
Thanksgiving Day, Christmas Day, and a day of the employee's choice (7).
V. Paid Holidays: six (6) paid holidays.
W. Paid Holidays: nine (9) paid holidays.
X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After
2080 hours - New Year's Day, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, Christmas Day and a floating holiday (8).
Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential
Election Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day
(8).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,
Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
6. HOLIDAY CODES
A. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence
Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
C. Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last work day before
Christmas Day, and Christmas Day (9).
4 of 6 8/7/01 2:23 l
ENEFIT CODE KEY http://www.lni.wa.gov/prevailingwa.....\BenCodes\20012\BenetitCodes.htm
D. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence
Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the
day before or after Christmas Day (9).
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7).
L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the last working day before Christmas Day, and
Christmas Day (8).
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday:
President's Day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day
(8).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence
Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before
Christmas Day, and Christmas Day (9).
U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Day before
Independence Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day, Christmas Day (10).
V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, Christmas Day,
Employee's Birthday, and one day of the Employee's choice (10).
W. Paid Holidays: New Year's Day, Day before New Year's Day, President's Day, Memorial
Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day,
Christmas Day, day before Christmas Day (10).
X. Paid Holidays: New Year's Day, day before or after New Year's Day, President's Day,
Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day,
Christmas Day, day before or after Christmas Day, Employee's Birthday (11).
8. NOTE CODES
A. The standby rate of pay for divers shall be one-half times the divers rate of pay. In
addition to the hourly wage and fringe benefits, the following depth premiums apply to depths
of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to
175' - $2.25 per foot for each foot over 100 feet, over 175' to 250' - $5.50 per foot for each foot
over 175 feet, over 250' - divers may name their own price, provided it is no less than the
scale listed for 250 feet.
C. The standby rate of pay for divers shall be one-half times the divers rate of pay. In
addition to the hourly wage and fringe benefits, the following depth premiums apply to depths
of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to
of 6 8/7/01 2:23 PM
BENEFIT CODE KEY http://www.Ini.wa.gov/prevailingwa.....\BenCodes\20012\Benet7tCodes.h
150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot
over 150 feet, over 200' - divers may name their own price.
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per
hour.
E. All classifications, including all apprentices, reporting to an employer's designated job
headquarters and working a minimum of four (4) hours in any one (1) day shall receive a wage
supplement of twenty-four dollars ($24.00) in addition to the prevailing hourly rate of wage and
fringe benefits.
L. Workers on hazmat projects receive additional hourly premiums as follows - Level A:
$0.75, Level B: $0.50, and Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A &
B: $1.00, Levels C & D: $0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows - Level A:
$1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25.
PrevailingWage Home Prevailing Wage Rates
9 I a 9
Prevailing Wage Home
�':,�2 Last updated: Tuesday, July 31, 2001
+�4 �. washtngt
Wg tg
in#ormaashintionon&Sta services Comments about this page to: dow/235@1ni.wa.gov
6 of 6 8/7/01 2:23 11
LING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/Appwages/20012/col7.htm
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits. On public works projects, workers'wage and benefit rates
must add to not less than this total. A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
NOTE: Any apprentice not registered with the Washington State Apprenticeship and
Training Council must be paid prevailing journey level wages. To verify apprentice
registration, call (360) 902-5324.
KING County
Apprentices
Effective 8/31/01
Benefit Code Key
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
ENVIRONMENTAL CONTROL PAINTERS
1: 0 - 1000 Hours - 50.00% $15.31 1 M 51)
2: 1001 - 2000 Hours - 60.00% $17.70 1 M 5D
3: 2001 - 3000 Hours - 75.00% $23.09 1M 5D
4: 3001 -4000 Hours - 90.00% $27.04 iM 5D
LABORERS
1: 0 - 1000 Hours - 60.00% $20.10 1 M 5D
2: 1001 - 2000 Hours - 70.00% $22.49 1 M 5D
3: 2001 - 3000 Hours - 80.00% $24.89 1M 5D
4 3001 4000 Hours - 90.00% $27.28 1M 5D
1: 0 - 1000 Hours - 60.00% $25.93 1B 5N
2: 1001 - 1500 Hours - 65.00% $27.19 113 5N
3: 1501 - 2250 Hours - 70.00% $28.44 113 5N
4: 2251 - 3000 Hours - 75.00% $29.69 1B 5N
5: 3001 - 3750 Hours - 80.00% $30.95 1B 5N
6: 3751 - 4500 Hours- 85.00% $32.20 113 5N
7: 4501 - 5250 Hours - 90.00% $33.45 113 5N
8: 5251 - 6000 Hours - 95.00% $34.71 113 SN
1: 0 - 750 Hours - 50.00% $21.31 1M 5A
lof 7 8/7/01 2:23 PM
KING County-Effective: 8/31/01 http://www.ini.wa.gov/prevailingwage/Appwages/20012/co17.h�
2: 751 - 2250 Hours - 55.00% $22.71 1M 5A
3: 2251 - 3000 Hours - 60.00% $24.12 1M 5A
4: 3001 - 3750 Hours - 70.00% $26.93 1M 5A
5: 3751 -4500 Hours - 80.00% $29.74 iM 5A
6: 4501 - 5250 Hours - 90.00% $32.56 iM 5A i
7: 5251 - 6000 Hours - 95.00% $33.96 1M 5A
1: 0 - 1000 Hours- 50.00% $16.94 1 M 5D
2: 1001 - 2000 Hours - 60.00% $23.55 1M 5D
3: 2001 - 3000 Hours - 68.00% $25.74 iM 5D
4: 3001 -4000 Hours- 76.00% $27.93 iM 5D
5: 4001 - 5000 Hours - 84.00% $30.12 1M 5D
6: 5001 - 6000 Hours - 92.00% $32.31 iM 5D
1: 1st Period - 60.00% $19.58 1M 5D
2: 2nd period - 65.00% $24.81 1M 5D
3: 3rd Period - 70.00% $26.17 1M 5D
4: 4th Period - 75.00% $27.54 1M 5D
5: 5th Period - 80.00% $28.90 1 M 5D
6: 6th Period - 85.00% $30.26 1M 5D
7: 7th period - 90.00% $31.62 1 M 5D
8: 8th Period - 95.00% $32.98 1M 5D
REHM
1: 1 st Period - 60.00% $19.58 1 M 5D
2: 2nd Period - 65.00% $24.81 iM 5D
3: 3rd Period - 70.00% $26.17 1M 5D
4: 4th Period - 75.00% $27.54 1M 5D
5: 5th Period - 80.00% $28.90 1M 5D
6: 6th Period - 85.00% $30.26 1M 5D
7: 7th Period - 90.00% $31.62 1M 5D
8: 8th Period - 95.00% $32.98 iM 5D
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1: 0 - 700 Hours - 50.00% $17.16 1M 5D i
2: 701 - 1400 Hours - 60.00% $23.81 1 M 5D
3: 1401 - 2100 Hours - 68.00% $26.04 1M 5D
4: 2101 - 2800 Hours - 76.00% $28.26 1M 5D
5: 2801 - 3500 Hours - 84.00% $30.49 1M 5D
6: 3501 - 4200 Hours - 92.00% $32.71 1M 5D
1: 1 st Period - 60.00% $20.18 i M 5D
2: 2nd period - 65.00% $25.46 1 M 5D
2 of 7 8/7/01 2:23 If
ING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/Appwages/20012/coI7.htm
3: 3rd Period - 70.00% $26.87 1 M SD
4: 4th Period - 75.00% $28.29 1 M 5D
5: 5th Period - 80.00% $29.70 1M 5D
6: 6th Period - 85.00% $31.11 1 M 5D
7: 7th period - 90.00% $32.52 1 M 5D
8: 8th period 95.00% $33.93 1 M 5D
, 50
1: 1 st Period - 60.00% $19.70 1 M 5D
2: 2nd Period - 65.00% $24.94 1 M 5D
3: 3rd Period - 70.00% $26.31 1 M 5D
4: 4th Period - 75.00% $27.69 1M 5D
5: 5th Period - 80.00% $29.06 1 M 5D
6: 6th Period - 85.00% $30.43 1 M 5D
7: 7th period - 90.00% $31.80 1 M 5D
8: 8th period - 95.00% $33.17 1M 5D
1: 0 - 1000 Hours - 50.00% $22.16 1M 5D
2: 1001 - 2000 Hours - 60.00% $24.79 1M 5D
3: 2001 - 3000 Hours - 70.00% $27.43 1 M 5D
4: 3001 - 4000 Hours- 80.00% $30.06 1M 5D
5: 4001 - 5000 Hours - 90.00% $32.70 1M 5D
6: 5001 - 6000 Hours - 95.00% $34.01 1M 5D
1: 0 - 1000 Hours - 50.00% $21.62 1J 5B
2: 1001 - 2000 Hours - 55.00% $22.95 1J 5B
3: 2001 - 3000 Hours - 65.00% $25.61 1 J 5B
4: 3001 - 4000 Hours- 75.00% $28.27 1J 5B
5: 4001 - 5000 Hours - 85.00% $30.93 1 J 5B
6: 5001 6000 Hours - 90.00% $32 26 1J 5B
a - -d"s A.
1: 0 - 1000 Hours -40.00% $16.46 1 D 6H
2: 1001 - 2000 Hours - 50.00% $19.70 ID 6H
3: 2001 - 3500 Hours- 55.00% $24.29 1D 6H
4: 3501 - 5000 Hours - 65.00% $28.08 1D 6H
5: 5001 - 6500 Hours - 75.00% $31.86 ID 6H
6: 6501 - 8000 Hours - 85.00% $35.65 1D 6H
1: 0 - 1000 Hours - 60.00% $25.51 4A 5A
2: 1001 - 2000 Hours - 65.00% $26.94 4A 5A
3: 2001 - 3000 Hours - 71.00% $28.66 4A 5A
4: 3001 -4000 Hours - 81.00% $31.52 4A 5A
5: 4001 - 5000 Hours - 85.00% $32.66 4A 5A
of 7 8/7/01 2:23 PM
KING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/Appwages/20012/coI7.h1
6: 5001 - 6000 Hours - 89.00% $33.82 4A 5A
7: 6001 - 7000 Hours - 93.00% $34.96 4A 5A
1: 0 - 1000 Hours - 85.70% $32.87 4A 5A
2: 1001 - 2000 Hours - 89.80% $34.04 4A 5A
3: 2001 - 3000 Hours - 92.80% $34.90 4A 5A
1: 0 - 1000 Hours- 55.00% $6.72 1
2: 1001 - 2000 Hours - 60.00% $7.24 1
3: 2001 - 3000 Hours - 65.00% $7.85 1
4: 3001 - 4000 Hours - 70.00% $8.45 1
5: 4001 - 5000 Hours - 75.00% $9.05 1
6: 5001 - 6000 Hours - 80.00% $9.66 1
7: 6001 - 7000 Hours- 85.00% $10.26 1
8: 7001 - 8000 Hours - 95.00% $11.47 1
g: -
1: 0 - 1000 Hours- 45.00% $17.3 8 2E 5G
2: 1001 -2000 Hours - 50.00% $19.01 2E 5G
3: 2001 - 3000 Hours - 55.00% $20.63 2E 5G
4: 3001 - 4000 Hours- 60.00% $22.25 2E 5G
5: 4001 - 5000 Hours- 65.00% $23.87 2E 5G
6: 5001 - 6000 Hours - 70.00% $25.49 2E 5G
7: 6001 - 7000 Hours - 80.00% $28.73 2E 5G
8: 7001 - 8000 Hours - 90.00% $31.97 2E 5G
1: 0 - 1000 Hours - 50.001/o $21.25 1F 5C
2: 1001 - 2000 Hours - 55.00% $22.70 1F 5C
3: 2001 - 4000 Hours- 65.00% $25.62 1F 5C
4: 4001 - 6000 Hours - 75.00% $28.54 1F 5C
5: 6001 - 8000 Hours - 85.00% $31.45 1F 5C
1: 0 - 1000 Hours - 50.00% $16.86 1M 5D
2: 1001 - 2000 Hours - 60.00% $23.45 1M 5D
3: 2001 - 3000 Hours - 75.00% $27.54 1M 5D
4: 3001 - 4000 Hours - 90.00% $31.62 1M 5D
1: 0 WOOOHours - 65.00% $21.03 1B SA
2: 1001 - 2000 Hours- 70.00% $22.32 1B 5A
3: 2001 - 3000 Hours - 75.00% $30.62 1B 5A
4: 3001 - 4000 Hours - 80.00% $31.91 1B 5A
5: 4001 - 5000 Hours - 90.00% $34.49 1 B 5A
6: 5001 - 6000 Hours - 90.00% $34.49 1B 5A
7: 6001 - 7000 Hours - 95.00% $35.78 1B 5A
4 of 7 8/7/01 2:23
ING County-Effective: 8/31/01 http://www.ini.wa.gov/prevailingwage/Appwages/20012/col7.htm
8: 7001 - 8000 Hours - 95.00% $35.78 1B 5A
1. 0 - 1000 Hours - 60.00% $20.10 1M 5D
2: 1001 - 2000 Hours - 70.00% $22.49 1M 5D
3: 2001 - 3000 Hours - 80.00% $24.89 1M 5D
4: 3001 - 4000 Hours - 90.00% $27.28 1M 5D
1: 0 - 1000 Hours - 50.00% $17.16 1M 5D
2: 1001 - 2000 Hours- 60.00% $23.81 1M 5D
3: 2001 - 3000 Hours - 68.00% $26.04 1M 5D
4: 3001 -4000 Hours - 76.00% $28.26 1M 5D
5: 4001 - 5000 Hours - 84.00% $30.49 1M 5D
6: 5001 - 6000 Hours - 92.00% $32.71 1M 5D
1: 0 - 750 Hours - 55.00% $13.08 2B 5A
2: 751 - 1500 Hours - 65.00% $14.97 2B 5A
3: 1501 -2250 Hours - 75.00% $16.85 2B 5A
4: 2251 - 3000 Hours- 80.00% $18.56 2B 5A
5: 3001 - 3750 Hours - 85.00% $19.54 2B 5A
6: 3751 -4500 Hours - 95.00% $21.53 2B 5A
1: 0 - 500 Hours - 40.00% $15.61 1 R 5A
2: 501 - 1000 Hours -45.00% $16.84 1R 5A
3: 1001 - 1500 Hours - 45.00% $22.14 1 R 5A
4: 1501 - 2000 Hours- 50.00% $23.37 1R 5A
5: 2001 - 2500 Hours - 55.00% $24.59 1R 5A
6: 2501 - 3000 Hours- 60.00% $25.82 1R 5A
7: 3001 - 3500 Hours- 65.00% $27.04 1R 5A
8: 3501 -4000 Hours - 70.00% $28.27 1R 5A
9: 4001 -4500 Hours - 75.00% $29.50 1R 5A
10: 4501 - 5000 Hours - 80.00% $30.72 1R 5A
11: 5001 - 5500 Hours - 85.00% $31.95 1R 5A
12: 5501 - 6000 Hours - 90.00% $33.18 1R SA
13: 6001 - 6500 Hours - 95.00% $34.40 1 R 5A
14: 6501 - 7000 Hours - 95.00% $34.40 1 R 5A
Jill 11
1: 0 - 2000 Hours - 42.50% $20.65 1 G SA
2: 2001 - 3000 Hours - 50.00% $27.75 1G 5A
3: 3001 -4000 Hours - 55.00% $29.35 1G 5A
4: 4001 - 5500 Hours - 60.00% $30.94 1G 5A
5: 5501 - 7000 Hours - 65.00% $32.55 1 G 5A
6: 7001 - 8500 Hours - 70.00% $34.14 1 G 5A
7: 8501 - 10000 Hours - 85.00% $38.93 1G 5A
ALL EQUIPMENT
lof 7 8/7/01 2:23 PM
KING County-Effective: 8/31/01 http://www.Ini.wa.gov/prevailingwage/Appwages/20012/co17.h�
l: 0 - 500 Hours - 55.00% $23.40 1T 5D 8L
2: 501 - 1000 Hours - 60.00% $24.77 1T 5D 8L
3: 1001 - 2000 Hours - 65.00% $26.13 1T 5D 8L
4: 2001 - 3000 Hours - 70.00% $27.50 1T 5D 8L
5: 3001 -4000 Hours - 75.00% $28.86 1T 5D 8L
6: 4001 - 5000 Hours - 80.00% $30.23 1T 5D 8L
7: 5001 - 6000 Hours - 90 00% $32.96 1T 5D 8L
E&NV. J'W,
M _. . . aEffiEffm"Olmall
�
1: 0 - 1000 Hours - 65.00% $17.63 4A 5A ,
2: 1001 - 2000 Hours - 75.00% $19.69 4A 5A
3: 2001 - 3000 Hours - 80.00% $20.72 4A 5A
4: 3001 - 4000 Hours - 90.00% $22.77 4A 5A
1: 0 - 2000 Hours -42.50% $19.01 1 G 5A
2: 2001 - 3000 Hours- 50.00% $24.38 1G 5A
3: 3001 -4500 Hours - 60.00% $27.87 1 G 5A
4: 4501 - 6000 Hours - 70.00% $31.38 1 G 5A
5: 6001 - 7500 Hours - 85.00% $36.61 1 G 5A
1: 0 - 700 Hours - 50.00% $13.50 1B 5D
2: 701 - 1400 Hours- 60.00% $17.58 1B 5D
3: 1401 -2100 Hours - 68.00% $19.22 1 B 5D
4: 2101 -2800 Hours - 76.00% $20.86 1B 5D
5: 2801 - 3500 Hours - 84.00% $22.50 1B 5D
6: 3501 -4200 Hours - 92.00% $24.14 1B 5D
1. 0 - 900 Hours - 50.00% $13.12 1
2: 901 - 1800 Hours - 55.00% $14.43 1
3: 1801 - 2700 Hours - 75.00% $19.68 1
4: 2701 - 4000 Hours - 85.00% $22.30 1
1: 0 - 2000 Hours - 55.00% $18.21 1G 5A
2: 2001 -4000 Hours - 65.00% $20.31 1 G 5A
3: 4001 - 5000 Hours - 75.00% $22.41 1 G 5A
4: 5001 - 6000 Hours - 85.00% $24.52 1 G 5A
TroliviiI Mill
sil
1: 0 - 820 Hours - 60.00% $19.01 1 R 5A ,
2: 821 - 1630 Hours - 67.00% $20.71 1R 5A
3: 1631 - 2450 Hours - 74.00% $22.41 1 R 5A
4: 2451 - 3270 Hours - 81.00% $26.41 1R 5A
5: 3271 - 4080 Hours - 88.00% $28.11 1 R 5A
6: 4081 -4899 Hours - 95.00% $29.82 1 R 5A
6 of 7 8/7/01 2:23 )�1
/
I.M♦.II♦ .A. ♦f// ♦!I I.♦. •O }.q♦ •II• •I. f9 ./I. • /.♦i.• ♦1I I f11
• f
r.
' I •� I
.I
FS
F"�+s;. {r.. ..ors'^V`atr �c'':Lx�.+a°!3•6..ySz�S�C%iCSYa.
Notary PuNic in and for the Sts-
of
y a
�`�,"5' ta`}""'''.r •• %Y S'Z\v��.Nei.. �X a�. ?3� Z
'' X:�v<•�r�'vM,.f:.:Y.. `4.;.hr:°J��J'�hi ��'" ,�
�:a xcx a �y Z '\r�FA+"�'>'•..y�Fawn<;`..'v
•
INSTRUCTIONS TO COMPLETE THE
STATEMENT OF 94TENT TO PAY PREVAILING WAGES
Incomplete forms cannot be processed and will be returned without approval.
This form must by TYPED OR PRINTED IN INK.completed in its entirety,and al 4 copies submitted with the processing fee of$25.00 to:
Note: Please fold in thirds
using marks along the left edge
so the address will show in a
window envelope.
MANAGEMENT SERVICES . t
DEPARTMENT OF LABOR AND INDUSTRIES
PO BOX 44835 ,
OLYMPIAWA 98504-4835
Apptoiral of tthii thEert will be based on the irhkxmadon praAded by the contractodsubcontractor. It does not signify approval of the classifications of
s labor used by the oontractorusuboorhtractor. Auer the Mhdusbfal Statistician has approved the Statement of Intent to Pay Prevailing Wages,the
departrnent will rol um 3 copies to the organizatiorh iAdhcated on the Joan.-Please cal(360)902-5335 4 you have goeslf m
NOTE: Pleise do not submit this forth to our of8ae 0 the'Awarding Agency"Is a federal entity.
Complete the form as follows: NOTE. Numbers on Instructions match large bold numbers on front of form.
1. The compary name and address to which your form should be mailed.
2. Project Name-The name of the project
Contract Number-This is the number of the contract between the awarding agency and the prime contractor
Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor.
Address,City,State,ZIP+4-This is the address of the contract awardng agency.
County when work was Pa.!or.. -This is the county In which the actual work will be performed.
City where work was performed-This is the city in which the work will be performed. if the work will be performed outside the limits of any
city.wale'Va•in thus space
Bid Due Date-This is the data Chat the bids from prime contractors were due for submission to the contract awarding agency.(monthlday6var)
Daft ContractAwarded-This is the date the contract was awarded to the prime contractor by the awarding agency. (monWday)year)
Prime Contractor-This is the compary that signed the conbac:t with the contract awardahg agency.
Do you Intend to use subcontractors?-Indicate'Yes•or*No'.
Do you Intend to use apprentices?-kx ate Yes'or'No'. n'Yes'.please see Note at the bottom of this page.
NOTE: Vftas are led b tw-Hid Due Dar^,r the Date Car&=Awarded'Is six months or more attar the bid due date,wages w7 be based on that award date.
3. Ust each craftadatocupation of workers to be employed on this project. Ir this is residential,landscape,or underground sewer and water
' construction,please state so on the form. -
If operating engineers and/or truck drivers will be used,describe Ow type,and list the size or rated capacity of the equipment.
If the work will be periormed_by ownerslparthers,state-Ownerfterator-under the-Craft-section,and sections 4,5 and 6 need not be completed
(Individuals whdown less than 3D%'of the comparjy are not considered to be owmem4operators,and must be paid p vvaTing wage.)
4. Enhlm the rate of hourly pay lot each craft/tradabocupation classification. This is the wage you will actually pay to the workers.
5. Enter the rate of(hourly kinge benefits. This is.the cost of fringe benefits.as defined by RCW 39.12-010,that you will acuualty pay to the workers.
The amouni fisted for-Rate of I-lokuty Pay-plus the amount listed for-Rate of Hourly Fringe Benefits;'it any... equal of exceed the prevailing rate
of wage
6. Enter the estimated number of workers for each crawadaboc upation.
7. 'Notary•-Ensure this area is compkhtely filled out and each copy notarized with thei seal or stamp-
8. Indicate your company's name,address,phone number and the signature of an authorized representative. Contractor registration number begins
with first letters of company name. Forms without signatures will be returned. Industrial Statistician
NOTE: Do not list apprentices or apprentice wages on this Statement of Intent. If you intend to use ESAC Division
apprentices on this project, they must be listed orh the Affidavit of Wages Paid (F70d-007-000), and registered PO Box 44540
with the Washington State Apprenticeship and Training Council. Any workers not registered as such must be Olympia WA 98504-4540
paid prevailing journeyman wages. Apprentices not registered with the Washington State Apprenticeship and (360)902-5335
Training Council within 60 days of hiring, must be paid prevailing journeyman wages for the time preceding the
date of registration. To verify apprenticeship registration and status.cal(360)902-5324.
.;{� ,rnrrn,.•q., rr«rr,,r,!rxnr ,»yrftfr,
'2 i''•vi f
..'K• by
• bAbvr.
i'3•:i
k
s
�.. .Y .;'t}:•'•i;;,.::; �,},:Cti,,?f;;•>:c f}'`t' 'hikiii
�S 'r'}}•Svr:4:::k::;psi' ;i:¢•}:•Yf:?;f:'' ,,:s:kii,>.^.;•.? < (Q�
7
a
' a, r:£:.::;:: ) :::•:• •::#+;if:i:':ihii •ii'S,:i :i'ii •'wugy ]S
f y )::kf!?:ff::> ;;);:,.y":.,f<:k�f if;}::•"j:if:f<':'f.•Y;i:
a
x
LL
co
N f
M 3'
Y v Y�• is>.?i:k+i:v:} i(y:r.,•'S?k:�i:
.41
t u?ti�t'aii'11SSNIaS: ii::ii �IitiYS}iik iS'�iiik:i n � �
J U)l
Fq. W •.�Li•'.4i,.i:�l 4`>f 4:}. :•}:;:'f•:�:<y.k}::fA}R:i � n
f yYt Y.)v{K.:f:•..n �'' IF�:'i.}>rY.: :' ..?r:;:•i
.L M � � � v ''3� i:�;i}} ri>.:��:'%I .y +{`{:' #k;;:c:?,� }y{�BQ��:`•. �oQ j(' � yy
,4•Sl � }.y.,,"yY .y�•tY'?�>.'•`' 'jti4 �• •;. #`•�•': 11
^( . +•ti':
.,�#•��y', }rtf�k•%'�b`",E'f3'S?,:.• '•}>,).,k•;.?�.::;,4r f);•'•:`•`.;>,:�, r:,f,3't�ff:is yf
Y '4$;Ck'r.}r}'��hh,, �y� �• yyy �'., �ggpgpp
O• S Nii'1 41NMi1{ff 1�MN/{511 Illit4MSS {MSSIi{ii � G / 3
it
zCA
r 0
INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF WAGES PAID
NOTE: Please do not submit this form to our office it the"Awarding Agency"is a federal entity.
' Certification of this affidavit will be based on the information provided by the contractor/subcontractor. It does not signify approval of the
classifications of labor used by the contractor/subcontractor. After the Industrial Statistician has certified the Affidavit of Wages Paid,the
department will return 3 copies to the organization indicated on the form. Please call(360)902-5335 if you have questions.
Incomplete forms cannot be processed and will be returned without certification.
This form must by TYPED OR PRINTED IN INK,and all 4 copies submitted with the processing tee of$25.00 to:
Note: Please fold in thirds
MANAGEMENT SERVICES
DEPARTMENT OF LABOR AND INDUSTRIES using marks along the left
PO BOX 44835 edge so the address will
OLYMPIA WA 98504-4835 show in a window envelope.
Complete the form as follows: NOTE: Numbers on Instructions match large bold numbers on front of this form.
1. The company name and address to which your forms should be mailed.
V 2. Project Name-The name of the project
Contract Number-This is the number of the contract between the awarding agency and the prime contractor
Date Intent Filed-This is the date that you sent the Statement of Intent to Pay Prevailing Wages to the department for approval.(month/day/year)
' Contract Awarding Agency-This is the name of the public agency that awarded the contract to the prime contractor.
Address,City,State,ZIP+4- This is the address of the contract awarding agency.
County where work was performed-This is the county in which the actual work was performed.
City where work was performed-This is the city in which the work was performed. If the work was performed outside the limits of any city,write
'n/a'in this space.
Bid Due Date-This is the date that the bids from prime contractors were due for submission to the contract awarding agency. (month/day/year)
Date Contract Awarded-This is the date the contract was awarded to the prime contractor by the awarding agency. (month)day/year)
Date Work Completed-This is the date your portion of the contract was completed. (month/day/year)
Prime Contractor-This is the company that signed the contract with the contract awarding agency.
NOTE: Wages are tied to the'Bid Due Date';it'Date Contract Awarded'is six months or more after the bid due date,wages will be based on that award date.
1 3. List each craMade/occupation of workers employed on this project. If this is residential, landscape, or underground sewer and water
construction,please state so on the form.
It operating engineers and/or truck drivers have been used,describe the type,and list the size or rated capacity of the equipment.
' It the work was done by owners/partners, state'Owner/operator"under the "Craft"section. Sections 4, 5, 6, 7 and 8 need not be completed.
(Individuals who own less than 30%of the company are not considered to be owners/operators,and must be paid prevailing wage.)
t4. List the actual number of journey-level workers employed in the craft/trade/occupation indicated on this project.5. List the total number of hours worked by each craft/trade/occupation.
6. Enter the rate of hourly pay for each craf tirade/occupation classification. This is the wage you actually paid to the workers.
7_ Enter the rate of hourly fringe benefits. This is the cost of fringe benefits,as defined by RCW 39.12.010,that you actually paid to the workers.
The amount listed for"Rate of Hourly Pay"plus the amount listed for"Rate of Hourly Fringe Benefits",if any,must equal or exceed the prevailing
rate of wage.
8. If apprentices have been employed on this project,list each by name, registration number, stage of progression,date of hire by the company,
craft, and rate of hourly pay and fringe benefits. This information must be indicated for each craft listed for each apprentice. If you need more
space to list apprentices,use additional forms.
Any workers not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any
apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing
journeyman wages for the time preceding the date of registration. To verify apprenticeship registration and status,call(360)902-5324.
9. Indicate company's name, address, phone number and signature of an authorized representative. Forms without signatures will be
returned. (contractor registration number begins with the first letters of company name.)
10. 'Notary'-Ensure this area is completely tilled out and each copy notarized(seal or stamp). ", t:' . .,�,_;-, T •
RETAINAGE: Contractors are responsible for ensuring that subcontractors obtain and file Affidavits of Wages Paid. This is required by law;
retainage can not lawfully be released until such affidavits are filed.
' CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our
subcontractors' employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor & Industries. This form will be executed and submitted prior to or with the last pay
request.
Company Name
By:
Title:
i
i -
1
1
1
1
1
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure
any permits or licenses required by, and comply fully with all provisions of the following laws,
ordinances, and resolutions:
King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics
Division review of grading and filling permits and unclassified use permits in flood hazard areas.
Resolution No. 36230 establishes storm drain design standards to be incorporated into project design
' standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division.
King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834,
' No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of
refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division
of Solid Waste.
' Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency
(King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act,
R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his operations, and
to make such information available to the public. See Puget Sound Pollution Control Agency Regulation
I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the
State consistent with public health and public enjoyment thereof, the propagation and protection of
wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that
end require the use of all known available and reasonable methods by industries and others to prevent and
control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or
otherwise discharge into any of the water of this State any organic or inorganic matter that shall cause or
' tend to cause pollution of such waters. The law also provides for civil penalties of $5,000/day for each
violation.
' R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land,
air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of
the ground or into the waters of this State except at a solid waste disposal site for which there is a valid
permit.
R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and
school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads
on property on which an extreme fire hazard exists.
' R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire
conditions.
Page 1 of 5
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards, instruction or silvicultural operations.
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or
dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting
progresses, or at such other times as the department may specify, and in compliance with the law requiring
burning permits.
R. C. W. 78-44: Laws governing surface mining (including sand, ravel, stone, and earth from borrow ,
g g g g g
pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of
operations. '
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning.
U.S. ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of ,
Engineers to issue permits to any persons or corporation desiring to improve any navigable river at their
own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the '
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is '
determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and
fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file ,
a complaint with the U. S. Attorney and share a portion of the fine.
Page 2 of 5 ,
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including
borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and
provides for land reclamation subsequent to these activities. A copy is available at the Department of
Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired
by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying
' and mining operations except on County right-of-way. Review by Building and Land Development
Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County Department of
Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before
discharge of pollutants from a point source into the navigable waters of the State of Washington.
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground
water (such as gravel washing, pit operations, or any operation which results in a discharge which contains
turbidity).
W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of
Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal
and/or the diversion of water.
' W.A.C. 508-12-220: Requires permit to use ground water.
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
' W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works
secures one for design. Contractor secures one for his operation(false work design, etc.)
Page 3 of 5
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND '
PRESERVATION OF PUBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ,
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational
purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict
burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire ,
weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. '
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber. '
R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and
earth from borrow pits). '
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of
Public Works will obtain.)
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements '
of, and penalties for failure to secure a fire permit for building an open fire within a fire protection
district.
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General
Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on
navigable waters (King County Department of Public Works will obtain). King County Department of
Public Works will comply with pertinent sections of the following laws while securing the aforementioned
permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969,
Water Quality Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY ,
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should
be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires),
Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming
airborne). '
Page 4 of 5
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter Ic, Part 61. Requires that the Environmental Protection Agency be notified five (5) days
prior to the demolition of any structure containing asbestos material (excluding residential structures
' having fewer than five (5) dwelling units).
The above requirements will be applicable only where called for on the various road projects.
' Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the
Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All
costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made.
' All permits will be available at construction site.
Page 5 of 5
1
City of Renton
SUPPLEMENTAL
1
SPECIFICATIONS
r for the
1 1997
1 Standard Specifications
for Road, Bridge,
and Municipal Construction
�Y
1
1
NT
i
Adopted May 19, 1997
AW
Washington State Department of Transportation
American Public Works Association Washington State Chapter
z
0
5;
w
a
J
Q
C.�
W
IL
Cl)
1
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton
Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work
performed as an extension, betterment or addition to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English)" published by the Washington State Department of Transportation and the American Public
Works Association, Washington Chapter.
WSDOT Amendments
WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT.
The included Index to Amendments lists all amendments received and acknowledged by the time of publication of
this document. These Amendments shall be considered a part of the Standard Specifications.
' Standard Plans
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as
published by the Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, adopted by the City of Renton, and bound together with those standard plans
created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition
(Adopted, Replaced, or Deleted) of all original pages.
Supplemental Specifications
The City of Renton Supplemental Specifications is a compilation of the revisions made to the original
WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used
together with the original document(s).
Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original
(WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. All replacement text or text being added is shown as underlined
type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions.
When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division I APWA Supplement to the 1996 Standard
Specifications.
(SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project-specific plans, special provisions or other documents officially approved by the City of Renton.
All work within the public right-of-way performed by other agencies or private parties working under permit
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party.
Page-RS-i
Revision Date:May 19, 1997
1
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i
Division1 General Requirements........................................................................................................... 1
1-01 Definitions and Terms..................................................................................................... 1
1-02 Bid Procedures and Conditions 2..........................................................................................
1-03 Award and Execution of Contract 2
1-04 Scope of the Work. 3
1-05 Control of Work............................................................................................................3
1-06 Control of Material.........................................................................................................7
1-07 Legal Relations and Responsibilities to the Public..................................................................7
1-08 Prosecution and Progress................................................................................................12
1-09 Measurement and Payment..............................................................................................14
1-10 Temporary Traffic Control..............................................................................................18
1-11 Renton Surveying Standards............................................................................................19
Division2 Earthwork.........................................................................................................................22
2-02 Removal of Structures and Obstructions.............................................................................22
2-03 Roadway Excavation and Embankment..............................................................................22
2-04 Haul...........................................................................................................................23
2-06 Subgrade Preparation ....................................................................................................23
2-09 Structure Excavation......................................................................................................23
Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25
3 No supplemental specifications were necessary ........................................................................25
Division4 Bases................................................................................................................................25
4 No supplemental specifications were necessary.........................................................................25
t
Division5 Surface Treatments and Pavements..........................................................................................26
5-04 Asphalt Concrete Pavement.............................................................................................26
Division6 Structures..........................................................................................................................29
6-12 Rockeries....................................................................................................................29
Division 7 Drainage Structures, Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30
7-01 Drains........................................................................................................................30
7-02 Culverts.....................................................................................................................30
7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30
7-04 Storm Sewers.................................................... .................... 30
............ ..........................
7-05 Manholes, Inlets, and Catch Basins..................................................................................31
7-08 General Pipe Installation Requirements.............................................................................32
7-10 Trench Exc., Bedding, and Backfill for Water Mains............................................................34
7-11 Pipe Installation for Water Mains ....................................................................................34
7-12 Valves for Water Mains.................................................................................................37
7-14 Hydrants....................................................................................................................38
7-15 Service Connections........................................................................................ ..39
............
7-17 Sanitary Sewers...........................................................................................................39
Division8 Miscellaneous Construction.....................................................................................................40
8-09 Raised Pavement Markers...............................................................................................40
8-10 Guide Posts..................................................................................................................40
8-13 Monument Cases...........................................................................................................40
8-14 Cement Concrete Sidewalks.............................................................................................40
' 8-17 Impact Attenuator Systems................................ .41
.............................................................8-20 Illumination,Traffic Signal Systems, and Electrical .41
8-22 Pavement Marking........................................................................................................47
8-23 Temporary Pavement Markings........................................................................................48
Page-RS-ii
Revision Date:May 19, 1997
Division9 Materials...........................................................................................................................49
9-00 Definitions and Tests......................................................................................................49
9-02 Bituminous Materials.....................................................................................................49
9-04 Joint and Crack Sealing Materials...............................................................................:.....50
9-05 Drainage Structures, Culverts,and Conduits.......................................................................50
9-06 Structural Steel and Related Materials..............................................................................51
9-08 Paints.........................................................................................................................51
9-23 Concrete Curing Materials and Admixtures.........................................................................52
9-29 Illumination, Signals,Electrical........................................................................................52
9-30 Water Distribution Materials............................................................................................58
INDEX TO WSDOT AMENDMENTS . .60
WSDOTAMENDMENTS......................................................................................................60
Page-RS-iii
Revision Date:May 19, 1997
1-01 Definitions and Terms 1-01 Definitions and Terms
Department shall also refer to the Department of
D1V1Slon 1 Planning/Building/Public Works Administrator. I
Special Provisions(RC)
General Requirements Modifications to the
standard specifications -Ad the
r,peci€icasi@A& and supplemental specifications that apply to an
individual project. The special provisions may describe work the
1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply. The
SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
r�
1-01.1 General(RC) State(RC)
Whenever reference is made to the State, Commission, The state of Washington acting through its representatives.
Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized
Owner Contracting Agency or Engineer, such reference shall be representatives where applicable.
deemed to mean the City of Renton acting through its City Council, Contract Documents (APWA)
employees and duly authorized representatives for all contracts The component parts of the contract which may include, but
administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds,
insurance certificates, various other certifications and affidavit, the
SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the
THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and
1-01.3 Definitions(RC, APWA) Change Orders.
Dates(APWA)
Act of god(RC) Bid Opening Date(APWA)
"Act of God" means an earthquake, flood, cyclone, or other The date on which the Contracting Agency publicly opens and
cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids.
or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC)
locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to
Ifrom historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work.be construed as an act of god. Contract Execution Date (APWA)
Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to
The Contracting Agency's design consultant, who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APWA)
Agency. The date stated in the Notice to Proceed on which the Contract
Day (RC) time begins.
Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC)
Documents shall be understood to mean working days. The date by which the work is contractually required to be
Or Equal (RC) completed. The Contract Completion Date will be stated in the
Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in
Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer, shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Final Acceptance Date(APWA, RC)
The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work
demonstrations or .other information required to obtain the as complete per contract requirements.
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. Any substance specified for use in the construction of the
Owner(RC) project and its appurtenances which enters into and forms a part of
The City of Renton or its authorized representative. Also the finished structure or improvement and is capable of being so
referred to as Contracting Agency. used and is furnished for that purpose.
Plans(RC) Materialman(APWA)
The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material,
character, and dimensions of prescribed work including layouts, supply, commodity, equipment or manufactured or fabricated
profiles, cross-sections,and other details. product and does not perform labor at the Project Site; a supplier.
Drawings may either be bound in the same book as the Notice of Award (APWA)
balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the
are a part of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance
binding. of the Bid.
The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA)
generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer
with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to
City of Renton Standard Plans. proceed with the Work and establishing the date on which the
Secretary, Secretary of Transportation(RC) Contract Time begins.
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
Page-SP-1
Revision Date:May 19, 1997
1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of
SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a
FOLLOWING. waiver by the submitting vendor of any claim that such materials
are, in fact, so exempt.
1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience, financing, FOLLOWING:
equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals (APWA)
Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the
the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by
include a pre qualification procedure prior to the Bidder being addenda.
furnished a proposal form on any contract or a preaward survey of
SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS:
the Bidder's qualifications prior to award.
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RC)
FOLLOWING: a. The bidder is not prequalified when so required;
1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I
Information as to where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA)
the Contracting Agency's official newspaper.
3. A bidder is not p4equalified for the work or to the full
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid;
SENTENCE I, PARAGRAPH 1 TO READ:
1-03 Award and Execution of Contract
1-02.4(2) Subsurface Information(APWA)
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS:
sample test data, and geotechnical reports accumulated by the
Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids�RC, APWA)
bidders. The total of extensions, corrected where necessary, and
SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the
FOLLOWING: Contracting Agency for award purposes and to fix the amount of
the contract bond.
1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices.
The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids
or special provisions. The City reserves the right however to
Alternates Additives, or Deductives, if such be to the advantage of award all or any schedule of a bid to the lowest bidder at its
the Contracting Agency. The Bidder shall bid on all Additives, discretion.
Deductives or Alternates set forth in the Proposal Forms unless
otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE
SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 1-03.2 Award of Contract(RC)
1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring
All prices shall be in legible figures and(nw-words}written in execution together with a list of all other forms or documents
ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be
1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award.
places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be
be written in words; where a conflict arises the written words shall determined by the Contracting Agency.
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION I-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS.
SECTION. 1-03.3 Execution of Contract (APWA, RC)
1-02.60) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the
Vendors should in the bid proposal, identify clearly any forms and documents required to be completed by the
material(s) which constitute "(valuable) formula, designs, Contractord a 2AA-W-42.te, the successful bidder shall return the
drawings and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure RCW 42,17.310 or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond
be exempt along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 29 10 calendar days after the award
Page-SP-2
Revision Date:May 19, 1997
1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
additional calendar days for return of the documents, provided the FOLLOWING.
Contracting Agency deems the circumstances warrant it. 1-04.4 Changes (RC)
The Contracting Agency is prohibited by RCW 39.06.010
from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis.
Contracting Agency to possess a valid City of Renton business
SECTION I-04.11 IS SUPPLEMENTED AS FOLLOWS:
license prior to award.
When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC)
number, a Washington State Contractors registration number, or
both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from
provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion,be
Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered
information and evaluation activities. incidental to the project and no compensation will be made.
SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall
FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, equipment and materials
required to perform final cleanup. If this pay item does not appear
1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
5. Be accompanied by a power of attorney for the Surety's compensation shall be made.
officer empowered to sign the bond.
7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work
sign official statements (sole proprietor or partner). If the
Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS.
president or vice-president unless accompanied by written proof of
the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings(RC)
corporation(i.e., corporate resolution power of attorney or a letter
to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings
as required for the performance of the work. The drawings shall be
1-04 Scope of the Work on sheets measuring 24-ay--36 22 by 34 inches or on sheets with
P dimensions in multiples of 8-1/2 by 11 inches.
SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans
and Stakes (RC)
The Contractor is encouraged to provide to the Engineer prior
to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the
to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such
regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,1-11 and elsewhere
accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer.
method of calculating lump sum payments is provided elsewhere in SECTION I-05.5 THE VACANT SECTION IS REPLACED BY
the specifications. THE FOLLOWING:
SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC)
1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the
Special Provisions Specifications, and Addenda Contractor shall provide all required survey work, including such
(RC) work as mentioned in Sections 1-05.4 1-05.5, 1-11 and elsewhere
Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs
by following this order of precedence (e.g., I presiding over 2, 31 for this survey work shall be included in "Contractor Supplied
4,5,6,and 7; 2 presiding over 3,4,5,6,and 7; and so forth): Surveying,"per lump sum.
1. Addenda 1-05.5(1) General(APWA, RCZ
2. Proposal Form
3. Special Provisions The Engineer or Contractor supplied surveyor will provide
4. Contract Plans construction stakes and marks establishing lines, slopes, and grades
5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform
6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full
7. Standard Plans responsibility for detailed dimensions, elevations, and excavation
6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied
surveyor furnished stakes and marks.
Page-SP-3
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade
prepared to permit construction staking to proceed in a safe and before offset hubs are set.
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 11-05.5(3) Bridge and Structure Surveys (APWA)
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an
Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a
monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field
carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan
charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to
monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control
damaged by the Contractor's operations. This charge will be which will be provided by the Engineer:
deducted from monies due or to become due to the Contractor. I. Centerline or offsets to centerline of the structure.
Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines.
of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable
Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances.
control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the
satisfactory substantiating evidence to prove the error is furnished Drawings.
the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls,
the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper
line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control
reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for any error in alignment or grade, following tolerances:
The Contractor shall provide all surveys required other than 1. Stationing +.01 foot
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot (from plan elevations)
of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make
standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey
1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities.
performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close
and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate
shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated.
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency. 11-05.5(4) Contractor Supplied Surveying(RC)
If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied
the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required
Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under
the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by
survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in
monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11.
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in
Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies, and omissions to the plans that
which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the
"Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors,
included in the contracts. discrepancies, and omissions must be corrected to the satisfaction
of the Engineer before the survey work may be continued.
1-05.5(2) Roadway and Utility Surveys(APW_A) The Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the
lines grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points '
completion of the Work. These shall generally consist of one initial before physically removing them.
set of: The surveyor shall be responsible for maintaining As-Built
1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate_his
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built
3. Centerline finish grade stakes for pavement sections records for the project.
wider than 25 feet, and If the Contractor and Surveyor fail to provide, as directed by
4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As-
utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the
max interval). Engineer may elect to provide at Contractor expense, a surveyor to
On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor.
Page-SP-4
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
complete the project and as-built drawings shall be included in the additional remedy or damages with respect to the Contractor's
Jump sum price for "Contractor Supplied Surveying." failure to perform the Work as required.
1-05.5( Contractor Provided As-Built Information SECTION I-05.I0 IS SUPPLEMENTED BY ADDING THE
(RQ FOLLOWING:
It shall be the contractors responsibility to record the location 1-05.10 Guarantees(APWA, RCZ
prior to the backfilling of the trenches by centerline station, offset,
and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by
crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is
It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by
locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the
work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work
I L. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site
Manholes Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without
Horizontal Bends Junction boxes Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not
Lights & Standards Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and
Vaults Culverts Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting
After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work
contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8
field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work."
prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not
of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law
prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and
built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the
This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040
it's accuracy. limiting actions upon a contract in writing, or liability expressed or
All costs for as-built work shall be included in the contract implied arising out of a written agreement.
item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials,
supplies and equipment purchased for, or incorporated in the
THE VACANT SECTION I-05.8 IS REPLACED BY: Work. Nothing contained in this paragraph, however, shall defeat
1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to
Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their
protection, or any rights under any law permitting such persons to
If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting
work within the time specified in a written notice from the Agency.
Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all
Contract Documents the Engineer may correct and remedy such subcontracts and material contracts, and notice of its provisions
work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work
the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials.
Agency forces. Section 1-05.11 is deleted and the first two sentences of the
If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the
remedy what the Engineer determines to be an emergency following:
situation the Engineer may have the defective and unauthorized 1-05.11 Final Inspection(APWA)
Work corrected immediately, have the rejected Work removed and
replaced or have Work the Contractor refuses to perform
completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA)
emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially
Engineer, a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Engineer and request
might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be
Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be
attributable to correcting and remedying defective or unauthorized met:
Work or Work the Contractor failed or refused to perform, shall 1. The Contracting Agency must have full and unrestricted
be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and
Engineer from monies due or to become due, the Contractor. Such safety standpoint.
direct and indirect costs shall include in particular, but without 2. Only minor incidental work, replacement of temporary
limitation compensation for additional professional services substitute facilities or correction or repair work remains to reach
required and costs for repair and replacement of work of others physical completion of the work.
destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work
the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to
No adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency's rights
Page-SP-S
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer.
intended use, the Engineer, by written notice-to the Contractor, The costs for power, gas, labor, material, supplies, and
will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing,
the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system
ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer,
substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract.
interruption the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
Completion. The Contractor shall provide the Engineer with a FOLLOWING:
revised schedule indicating when the Contractor expects to reach
substantial and physical completion of the work. 1-05.12 Final Acceptance (APWA)
The above process shall be repeated until the Engineer The Contractor must perform all the obligations trader the
establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A
considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting
Inspection. Agency will establish the Completion Date and certify the Work as
1-05.11(2) Final Inspection Date(APWA) complete. The Final Contract Price may then be calculated. The
When the Contractor considers the Work physically complete following must occur before the Completion Date can be
and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated:
shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete.
Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required
Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the
notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete.
Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the
Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The
necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute
be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material. '
physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's
continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency
been corrected. from unilaterally certifying the Contract complete so the Engineer
If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9.
7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ:
whatever steps are necessary to correct those deficiencies pursuant
to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of
Upon correction of all deficiencies, the Engineer will notify Contractor (APWA)
the Contractor and the Contracting Agency, in writing, of the date Whenever the Contracting Agency evaluates the Contractor's
upon which the Work was considered physically complete. That praqualification pursuant to Section 1-02.1,the Contracting Agency
date shall constitute the Physical completion date of the Contract, will take these performance
but shall not imply all the obligations of the Contractor under the tl+esa-reports into account.
Contract have been fulfilled.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS.
It is the intent of the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA)
the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall
mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance
signal systems-, buildings; or other similar work it may be desirable of the Work.
for the Engineer to have the Contractor operate and test the Work ,
for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA)
Completion Date. Whenever items of work are listed in the
Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent, or
under operating conditions for the time period specified to ensure employee the Contracting Agency, either before or after
their acceptability prior to the Physical Completion Date. During execution off t the contract, shall affect or modify any of the terms or
and following the test period the Contractor shall correct any items obligations contained in any of the documents comprising the
materials or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered
of workmanship
that are not in first class operating condition. Equipment, electrical C unofficial information and i no way binding upon th
e
controls meters or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing.
during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed. The Physical
Page-SP-6
Revision Date:May 19, 1997
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax
liability.
SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the
FOLLOWING: unit bid prices or other contract amounts. In some cases, however,
state retail sales tax will not be included. Section 1-07.2(3)
1-06.2(2) Statistical Evaluation of Materials for describes this exception.
Acceptance The Contracting Agency will pay the retained percentage only
UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State
PROVISIONS STATISTICAL EVALUATION WILL NOT BE Department of Revenue a certificate showing that all contract-
USED BY THE CITY OF RENTON. 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
1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or
the Public not. Any amount so deducted will be paid into the proper State
fund.
SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA)
' FOLLOWING: WAC 458-20-171, and its related rules, apply to building,
1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a
municipal corporation, or political subdivision of the state, or by
The Contractor shall indemnify, defend, and save harmless the the United States, and which are used primarily for foot or
Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems
employees) against any claims that may arise because the within and included as a part of the street or road drainage system
Contractor (or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system.
materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include
In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item
more stringent regulation shall apply. prices, or other contract amounts, including those that the
The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or
shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work.
for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170 (APWA)
The Contractor shall maintain at the Project Site office, or WAC 458-20-170 and its related rules, apply to the
other well known place at the Project Site, all articles necessary for constructing and repairing of new or existing buildings, or other
providing first aid to the injured. The Contractor shall establish, structures upon real property. This includes, but is not limited to,
publish and make known to all employees, procedures for ensuring the construction of streets, roads, highways, etc., owned by the
immediate removal to a hospital or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary
including employees who may have been injured on the Project sewers and sewage disposal systems unless such sewers and
Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of, a street or road drainage
Site before the Contractor has established and made known system; telephone, telegraph, electrical power distribution lines, or
procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such
doctor's care. power lines become a part of a street or road lighting system; and
The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in
efficiency, and adequacy of the Contractor's plant, appliances,and or to real property, whether or not such personal property becomes
methods and for any damage or injury resulting from their failure, a part of the realty by virtue of installation.
or improper maintenance use or operation. The Contractor shall For work performed in such cases, the Contractor shall collect
be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract
Project Site including safety for all persons and property in the price. The Contracting Agency will automatically add this sales
performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the
continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item
required or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Rule 170, with
review of the Contractor's performance does not, and shall not, be the following exception.
intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the
SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment, or consumable
FOLLOWING: supplies not integrated into the project. Such sales taxes shall be
included in the unit Bid Item prices or in any other contract
1-07.2 State Sales Tax (APWA) amount.
1-07.2(4) Services (APWA)
1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the
The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or
special rules on the state sales tax. Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules
07.2(4) are meant to clarify those rules. The Contractor should 138 and 224).
contact the Washington State Department of Revenue for answers
to questions in this area. The Contracting Agency will not adjust
Page-SP-7
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10
- percent increase in turbidity when the background turbidity is more
1-07.5(2) State Department of Fish and Wildlifes e€ than 50 NTU; for other classes of waters, refer to"WAC 173-201-
(APWA, SA) 045.
If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by
for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units
those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter.
09.4. Discharges to a State waterway caused by aggregate washing,
drainage from aggregate pit sites, and stockpiles or dewatering of
pits and excavations shall not increase the existing turbidity 1, the
receiving waters.
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may
be removed by the use of lagoons or holding ponds, settling basins,
1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment, discharging to ground
surface, by percolation, evaporation or by passing through gravel,
Each Contractor Subcontractor, Consultant, and or Supplier sand or fiber filters.
shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be
Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent
document will he bound in the bid documents. measures are effective. The minimum exposed area and slopes will
be defined in the Special Provisions. Plastic sheet covering shall be
placed over exposed ground areas to protect from rain erosion.
SECTION I-07.13(I)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain
situations may include netting,mulching with binder, and seeding.
1-07.13(1) General (RC) Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded
contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams,or State
constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced
to overcome them. chemically with a reducing agent such as sodium thiosulphate.
Water shall be periodically tested for chlorine residual.
SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for
REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm
SECRETARY" OR "STATE" TO READ "CONTRACTING drains streams or other State waters unless separation of petroleum
AGENCY." products fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may be
SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground
FOLLOWS: for percolation. A recirculation system for detergent washing is
recommended. Steam cleaning units shall provide a device for oil
1-07.15 Temporary Water Pollution Erosion Control separation.
(APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and
storage of oil and chemicals shall not take place adjacent to
If done according to the approved plan or the Engineer's waterways. The storage shall be made in dike tanks and barrels
orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and
measured and paid for pursuant to Section 1 09.41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be
the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only
Control.: during daylight hours unless the dispensing area is properly lighted.
If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills.
Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be
equipment used to complete the work shall be considered incidental provided on valves, pumps, and tanks.
to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair
shall be made. or relocation work is required, the Contractor shall provide
In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow
this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or
following water quality considerations: pumped directly to a sanitary system manhole for discharge. The
1. Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without
Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In
discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions; for Class AA and Class A Waters
Page-SP-8
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
Equipment and tools in contact with the above materials shall he immediately replace, after the trench is backfilled, in their original
washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and
discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on
treatment plant. easements or rights-of-way.
Damage to existing structures outside of easement areas
1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity
SECTION 1-07.16(I) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
FOLLOWING: better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
1-07.160) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the
The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operation to the areas obtained and shall not trespass on private restoration of the surface of all streets (traveled ways)used by him
property. if damaged_
The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material
indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor
with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency
unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be
materials. paid by the contractor.
The contractor shall provide with no liability to the The contractor is responsible for identifying and
Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by
shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in
construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration
all access roads detour roads or other temporary work as required Requirements which is available at the Public Works Department
by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal
storage of material and operation of his workers to those areas Building,200 Mill Avenue South.
shown and described and such additional areas as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING:
A. General. All construction work under this contract on
easements,right-of-way,over private property or franchise, shall be 1-07.17 Utilities and Similar Facilities (APWA, RC)
confined to the limits of such easements, right-of-way or franchise.
All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW
disturbance and a minimum amount of damage. The contractor 19.122 an act relating to underground utilities and prescribing
shall schedule his work so that trenches across easements shall not penalties, the Contractor shall:
be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field
open for more than 48 hours. location of the utilities;
B. Structures. The contractor shall remove such existing Call Before You Dig
structures as may be necessary for the performance of the work and,
if required shall rebuild the structures thus removed in as good a The 48 Hour Locators
condition as found. He shall also repair all existing structures which
may be damaged as a result of the work under this contract. 1-800-424-5555
C. Easements. Cultivated areas and other surface
improvements. All cultivated areas either agricultural or lawns,and and
other surface improvements which are damaged by actions of the 2 not begin excavation until all known underground
contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been
condition. located and marked.
Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing
way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without
construction area and stockpile it in such a manner that it may be uncovering measuring or other verification. If a utility is known
replaced by him upon completion of construction. Ornamental or suspected of having underground facilities within the area of the
trees and shrubbery shall be carefully removed with the earth proposed excavation and that utility is not a subscriber to the
t surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give
original positions within 48 hours. individual notice to that utility.
All shrubbery or trees destroyed or damaged, shall be If in the prosecution of the work it becomes necessary to
replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers underdrains, conduit,
additional cost to the Contracting Agency. In the event that it is utilities similar underground structures, or parts thereof, the
necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary
carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same.
backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall at his own expense, repair all damage to
means,of all earth and debris. such facilities or structures due to this construction operation to the
satisfaction of the City; except for City owned facilities which will
The contractor shall use rubber wheel equipment similar
to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense or by
all work including excavation and backfill, on easements or rights- the contractor as directed by the City.
of- way which have lawn areas. All fences, markers, mail boxes, or
Page-SP-9
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the
FOLLOWING: option of the City.
The Contractor shall obtain and maintain the minimum
1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring'such minimum
Insurance (RC) insurance, the City of Renton shall not be deemed or construed to
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor.
following: The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader
SECTION 1-07.18(l)IS REPLACED WITH THE FOLLOWING: coverage.
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis
effect from the Contract Execution Date to the Completion Date, and include:
public liability and property damage insurance with an insurance • Premises and Operations (including CG2503; General
company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable).
Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards
The Contractor shall not begin work under the Contract until • Products/Completed Operations
the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory '
Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes
Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract)
Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage
against claims for bodily injuries, personal injuries, including • Independent Contractors
accidental death, as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contractor or the o Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all
either of them. • Owned Vehicles
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established under the • Hired Vehicles
term of the Contract for work are in full force and effect during the (3) Workers' Compensation
period of warranty work. • Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Labor&Industries Number
declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability (when necessary)
required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and
of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as
with the requirements described herin will be considered a material primary.
breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this
the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural,
SECTION I-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering advertising, or computer programming) the
CONTRACTOR shall maintain professional liability
1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the
As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in
submit a completed City of Renton Insurance Information form the course of operations under this Contract.
which details specific coverage and limits for this contract.
(6) The Contracting Agency reserves the right to request and/or
All coverage provided by the Contractor shall be in a form
and underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on
work performed(i.e.pollution liability).
Agency. The City requires that all insurers:
Be licensed to business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its
of
2) Coverage to be on an "occurrence" basis (Professional officers, officials agents, employees and volunteers as Additional
Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance, prior
proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request
to two (2)years after the completion of the project. copies of insurance policies if at their sole discretion it is deemed '
3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above
page(s) for each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other
4) Possess a minimum A.M. Best rating of AVE (A rating of insurance coverage and/or self-insurance carried by CITY
A XII or better is preferred.) If any insurance carrier OF RENTON.
possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause.
exception. 3) Severability of Interest Clause(Cross Liability)
The City reserves the right to approve the security of the
insurance coverage provided by the insurance company(ies), terms, 4) Policy may not be non-renewed, canceled or materially
conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written
notice is provided to CITY OF RENTON. Notification
Contractor to fully comply during the term of the contract with
these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail.
Page-SP-10
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the
07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives".
1-07.18(3) Limits (RC) C. Amend the cancellation clause to state: "Policy may
LIMITS REQUIRED not be non-renewed canceled or materially changed or
Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided
construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City
such limits. The CONTRACTOR shall carry the following by certified mail.
limits of liability as required below:
For Professional Liability coverage only, instead of the
Commercial General Liability cancellation language specified above, the City will accept a
General Aggregate* $2,000,0** written agreement that the consultant's broker will provide the
Products/Completed Operations $2,000,000** required notification.
Aggregate
Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS:
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes
Medical Payments(Any One Person) $5,000 APWA
Stop Gap Liability $1,000,000 The Contractor shall assume all costs arising from the use of
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent) the
devices, materials, or processes used on or incorporated in
**Amount may vary based project risk the work, and agrees to indemnify, defend, and save harmless
Automobile Liability The Contracting Agency, and their
Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any
(Each Accident) nature for, or on account of the use of any patented devices,
Workers'Compensation materials, or processes.
Statutory Benefits-Coverage A Variable
) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING:
(Show Washington Labor and Industries Number
Umbrella Liability 1-07.22 Use of Explosives (APWA)
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the
Products/Completed Operations $1,000, Engineer, and then only under such restrictions as may be required
Aggregate by the proper authorities. Explosives shall be handled and used in
Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and
Each Occurrence/Incident/Claim $1,000.000 regulations that may apply. The individual in charge of the blasting
Aggregate $2,000,
shall have a current Washington State Blaster Users License.
The Contractor shall obtain comply with, and pay for suc
The City may require the CONTRACTOR to keep h
permi and costs as are necessary in conjunction with blasting
professional liability coverage in effect for up to two(2) years after ts
completion of the project. operations.
The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of
in writing in the event any general aggregate or other aggregate the Work the Contractor's insurance shall contain a special clause
limits are reduced. At their own expense the CONTRACTOR permitting the blasting.
will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the
CITY OF RENTON a new Certificate of Insurance showing such SECTION I-07 RA IS SUPPLEMENTED BY ADDING THE
coverage is in force. FOLLOWING PARAGRAPH
SECTION I-07.18(4) IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Traffic (RC)
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and
INSURANCE': mud within the project limits and on any street which is
Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project.
shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks,
CONTRACTING AGENCY the following: power sweepers and other pieces of equipment as deemed
' 1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance.
herein) without modification.
Dust and mud control shall be considered as incidental to
2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this
conforming to items as specified in Sections 1-07.18(1), 1- section.
07 18(2) and 1-07.18(3). as revised above. Other
requirements are as follows: Complaints of dust mud or unsafe practices and/or
property damage to private Ownership will be transmitted
a Strike the following or similar wording: "This to the contractor and prompt action in correcting them will
Certificate is issued as a matter of information only be required by the contractor.
and confers no rights upon the Certificate Holder";
b Strike the wording regarding cancellation notification
to the City: "Failure to mail such notice shall impose
Page-SP-11
Revision Date:May 19, 1997
1-08 Prosecution and Progress 1-08 Prosecution and Progress
SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION I-07.26 (APWA) IS REVISED BY CHANGING ALL
FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR
"STATE"TO READ "CONTRACTING AGENCY."
1-07.24 Rights of Way (APWA)
SECTION 1-07.27 (APWA) IS REVISED BY CHANGING
Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO
construction permits are indicated on the Drawings. The
READ "CONTRACTING AGENCY."
Contractor's construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress
to Bid opening, all rights of way and easements, both permanent
and temporary, necessary for carrying out the completion of the SECTION I-08.1 IS DELETED AND REPLACED BY THE
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING.
brought to the Contractor's attention by a duly issued Addendum.
Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA)
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA)
obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies
property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be
Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to
practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully
Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify
prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field
Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to
where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the
acquired until the Engineer certifies to the Contractor that the right Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the
received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will
part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other
entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the
extension of time. The Contractor agrees that such delay shall not preconstruction conference will be:
be a breach of contract. 1. To review the initial progress schedule;
Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various
entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work;
private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment,
The Contractor shall be responsible for providing, without notifications, approvals, submittals, etc.;
expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work;
and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and
construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to
needs. However, before using any private property, whether the Work.
adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private property owner, and, meeting the following:
upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items;
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals; and
reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Project Schedule.
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA)
permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account
restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number, address,and date of computing this percentage, however, The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted
the Completion Date will be established. work on items the contract provisions specifically designates may
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the
Engineer requests, the Contractor shall provide proof that the
subcontractor has the experience, ability, and equipment the work
requires. Each subcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07.9 and to furnish all
certificates, submittals, and statements required by the Contract
Documents.
Along with the request to sublet, the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
Page-SP-l2
Revision Date:May 19, 1997
1-08 Prosecution and Progress 1-08 Prosecution and Progress
use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7:00
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and
total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise
subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these
or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the
subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are
1. Furnishing and driving of piling, or received from the public or adjoining property owners regarding
2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be
subcontractors shall meet the same requirements as revoked for these reasons.
subcontractors. Permission to work Saturdays, Sundays, holidays or other
The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday
the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set
and ability to perform the work. Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions
1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such
contract, assistants as the Engineer may deem necessary to be present during
2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting
the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting
3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the
the subcontractor, or Work performed on Saturdays and holidays as working days with
4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work shifts
Contracting Agency. as multiple working days with respect to Contract Time even
The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period.
(1) purchase of sand, gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews;
concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab;
structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the
materials supplied by established and recognized commercial _opinion of the Engineer, such work necessitates their presence.
plants; or(2)delivery of these materials to the work site in vehicles
owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of
commercial hauling companies. Contracting Agency Employees (APWA)
However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday,
applies to the employees of such firms identified in 11) and (2) or other holiday, or longer than an 8-hour work shift on a regular
above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work
provisions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work
apply. an inspector will be present, and a survey crew may be required at
The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
Disadvantaged, Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus
that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required
service providers on the contract. This certification shall be to work overtime hours.
supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the Engineer. the Engineer to deduct such costs from the amount due or to
If dissatisfied with any part of the subcontracted work, the become due the Contractor.
Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE
The Contractor shall comply with this request at once and shall not
employ the subcontractor for any further work under the contract. FOLLOWING:
1-08.4 Notice to Proceed and Prosecution of the Work
1-08.1(3) Hours of Work (APWA)
Except in the case of emergency or unless otherwise approved (APWA)
by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been
for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have
7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not
lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by
hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction
preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to
Ile Work. Proceed Date. The Work thereafter shall be prosecuted diligently,
If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical
Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of
permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from
8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual obligation to complete the work within the
Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time.
on the working day prior to the day for which the Contractor is
requesting permission to work.
Page-SP-13
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION I-08.91S REVISED PER SECTION 1-05.11.
FOLLOWING: 1-08.10 Termination of Contract (APWA)
1-08.5 Time For Completion (Contract Time) (APWA,
RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL
REFERENCES TO "STATE TREASURER, DEPARTMENT OF
The Work shall be physically completed in its entirety within TRANSPORTATION" IN THE LAST SENTENCE,
the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY."
Engineer. The Contract Time will be stated in "working days",
shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION.
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC)
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the
holidays: January 1, the thin-i Monday ^f r"""^^' thu 'hi;;" adequacy, efficiency, and sufficiency of his and his subcontractor's
Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use
November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any
Christmas Day. When The day before Christmas shall be a work on the site of the work.
holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be
day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly.
on a Monday Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility,
occurs on a Saturday, the two preceding working days shall be at any time for the security of the site from the time contractor's
observed as holidays. When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by
the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such
When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service,
preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection
they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be
non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas.
for periods of normal inclement weather which from historical
records is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC)
which periods work is anticipated to be performed. Each The contractor shall give his personal attention to and shall
successive working day, beginning with the Notice to Proceed Date supervise the work to the end that it shall be prosecuted faithfully,
and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site, he shall at
the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall
is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials,
unworkable day. tools and labor without delay, and who shall be the legal
The Engineer will furnish the Contractor a weekly report representative of the contractor. The contractor shall be liable for
showing (1) the number of working days charged against the the faithful observance of any instructions delivered to him or to
Contract Time for the preceding week; (2) the Contract Time in his authorized representative.
working days; (3) the number of working days remaining in the
Contract Time; (4) the number of nonworking days; and (5) any
partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE
elects to work 10 hours a day and 4 days a week (a 4-10 schedule) FOLLOWING:
and the fifth day of the week in which a 4-10 shift is worked would
ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC)
week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the
Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is
The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of
of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be
discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets delivered to the Inspector
report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the
correct. Inspector will not be honored for payment.
The requirements for scheduling the Final Inspection and Where items are specified to be paid by the ton, the following
establishing the Substantial Completion Physical Completion, and system will be used:
Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers.
Duplicate tickets shall be prepared to accompany each
truckload of material delivered to the project. The tickets shall
bear at least the following information:
l. Truck Number.
2. Truck tare weight(stamped at source).
3. Gross truck load weight in tons(stamped at source).
4. Net load weight (stamped at source).
5. Driver's name and date.
Page-SP-14
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
7. Pay item number. MATERIAL LABORATORY."
8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE
The Contractor shall submit a breakdown of costs for each FOLLOWING:
lump sum Bid Item. The breakdown shall list the items included in
the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA)
equipment for each item. The summation of the detailed unit
prices for each item shall add up to the lump sum Bid. The unit
price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA)
' payments or deductions or additions in payment for ordered workge p Progress payments for completed work and material on hand
changes. The detailed cost breakdown of each lump sum item shall will he based upon progress estimates prepared by the Engineer. A
be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the
Conference. preconstruction meeting.
Within 3 days after the progress estimate cutoff date (but not
SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the
ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and
"ENGINEER." signed by the Contractor, covering the work completed prior to the
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE progress estimate cutoff date. The Application for Payment shall be
FOLLOWING: accompanied by documentation supporting the Contractor's
Application for Payment.
1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not
incorporated in the work, but delivered and stored at approved sites
Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment
Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other
of the Standard Specifications, will be the only items for which documentation warranting that the Contractor has received the
compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and
in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other
specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein.
but not in the Proposal Form, and Work for that item is performed The initial progress estimate will he made not later than 30
by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive
incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the
be required to complete the intent of the Contract per Section I- Completion Date. Progress estimates made during progress of the
04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining
pursuant to a Change Order. progress payment. The progress estimates are subject to change at
The words "Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per
similar terms used throughout the Contract Documents are Section 1-09.9(4).
synonymous. The value of the progress estimate will be the sum of the
If the "payment" clause in the Specifications relating to any following:
unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate
Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the
or material essential to the item, then the work or material will not Unit Price.
be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated
appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each
Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item.
changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of
Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the
clause of any particular Section of the Specifications shall be Engineer.
' considered as including all of the Work required, specified, or 4. Change Orders — entitlement for approved extra cost or
described in that particular Section. Payment items will generally completed extra work as determined by the Engineer.
be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the
bid form. When items are to be "furnished" under one payment progress estimate less:
item and "installed" under another payment item, such items shall 1. Five(5)percent for retained percentage.
be furnished FOB project site, or, if specified in the Special 2. The amount of Progress Payments previously made.
Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for
"furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents.
shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence
until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting
are not to be incorporated into the work, delivered to the applicable Agency that any work has been satisfactorily completed.
Contracting Agency storage site when provided for in the Payments will be made by warrants, issued by the Contracting
Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the
incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work performed by a
the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250.
SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "HEADQUARTERS' MATERIAL
Page-SP-15
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
1-09.9(2) Retainage (APWA,RC) 1-09.9(3) Contracting Agency's Right to Withhold
Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA)
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and
5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and ACW 39.76, the
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments
the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the
which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to
person arising under the Contract. cover the Contracting Agency's costs for or to remedy the
Monies reserved under provisions of RCW 60.28 shall, at the following situations:
option of the Contractor, be: 1. Damage to another contractor when there is evidence
1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed.
2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to
bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is
loan association (interest on monies so retained may be paid to the obligated to pay.
Contractor). 3. Utilizing material, tested and inspected by the Engineer,
3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6)
Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16.
escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per
sum of the monies reserved payable to the bank or trust company Section 1-08.1(4).
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to
bonds and securities chosen by the Contractor and approved by the complete the Work on time:
Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or
Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's
as the interest accrues. review of the Contractor's approved progress schedule which
The Contractor shall designate the option desired e4-4ho indicates the Work will not be completed within the Contract Time.
When calculating an anticipated time overrun, the Engineer will
at make allowances for weather delays, approved unavoidable delays,
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
percentages in securities. The Contracting Agency may also, at its Time.
option accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the
retainage. Contractor's other obligations under the contract, including but not
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a
RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions.
1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes,
been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-05.5.
2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or
the retained percentage._ unauthorized work(Section 1-05.8)
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). as required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay
retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of
claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section
sufficient to pay the cost of foreclosing on claims and to cover 1-07.9.
attorney's fees. L Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval
Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3.
submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the
for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to
department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so, will be
Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior
applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if
notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period,
those departments or agency organizations. 1. no legal action has commenced to resolve the validity of
the claims, and
2. the Contractor has not protested such disbursement.
Page-SP-16
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances, and
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract.
payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final
payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1-
Contracting Agency shall not be liable to the Contractor for such 05.12).
payment made in good faith.
If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims
claims prior to expiration of the 15-day period mentioned above,
the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS:
written settlement agreement of the parties. 1-09.11(2) Claims (APWA)
1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment#i;W
Upon Acceptance of the Work by the Contracting Agency the such information and details as
' final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as SECTION I-09.11(3) IS DELETED AND REPLACED BY THE
a release: FOLLOWING:
1. to the Contracting Agency of all claims and all liabilities
of the Contractor, other than claims in stated amounts as may be 1 09.11(3) Time Limitations and Jurisdiction
specifically excepted in writing by the Contractor; (APWA)
2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance
Work; with the laws of the State of Washington. The venue of any claims
3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the
4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed.
of the Work. For convenience of the parties to this contract, it is mutually
A payment (monthly, final, retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has
release the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be
obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the
the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and
the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time
findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or
Contract; nor shall such payment preclude the Contracting Agency causes of action.
from recovering damages, setting penalties, or obtaining such other It is further mutually agreed by the parties that when any
remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the
Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the
the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall
the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records
minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating
participating in the Work. Such affidavit shall certify the amounts the claims or actions.
paid to the DB, MBE, or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be 1-09.13 Arbitration
required to execute and fumish the Contracting Agency an affidavit
certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY
or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY"
Specifications. WITH THE WORDS "KING COUNTY."
If the Contractor fails, refuses, or is unable to sign and return
the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING.
the final acceptance of the contract, the Contracting Agency
reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC)
accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be
Contractor has been provided the opportunity, by written request final and binding on the parties, unless the aggrieved parry, within
from the Engineer, to voluntarily submit such documents. If 10 days, challenges the findings and decision by serving and filing
voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County,
impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to
from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision:
days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted;
30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component
the certified letter from the Engineer requesting the necessary thereof,
documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts
unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The
completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in
are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence
acceptance of the contract by the Contracting Agency does not in adduced at any such hearing.
any way relieve the Contractor of the provisions under contract or
Page-SP-17
Revision Date:May 19, 1997
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional
statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment, or services which could
such procedure. not be usually anticipated by a prudent contractor for the
The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items
and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for
contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not '
reasonable foundation. In the latter case all costs shall be borne covered by other pay items in the bid proposal, they are not
by the contractor. specified in the Special Provisions as incidental, and the
accumulative cost for the use of each individual channelizing
1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total
cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent
SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price, price
FOLLOWING: established by the Engineer, or by force account. Additional items ,
1-10.1 General(RC) required as a result of the Contractor's modification to the traffic
When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the
the work required for this item shall be all items described in provisions in this paragraph.
Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or
1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be
construction signing and other channelization devices, considered for the item "Traffic Control"to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special Provisions specify furnishing, SECTION 1-10.2(l) TRAFFIC CONTROL SUPERVISOR IS
maintaining and payment in a different manner for that REVISED AS FOLLOWS
device;
2. Furnishing traffic control labor, equipment, and supervisory 1-10.2(1) Traffic Control Supervisory (SA) '
personnel for all traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove �'T>he Contractor shall designate an individual or
the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties
devices; for the project. The TCS shall be certified inaa-a worksite traffic
control
4. Furnishing labor and vehicles for patrolling and maintaining
in position all of the construction signs and the traffic . The TCS shall assure that UL L
control devices, unless a pay item is in the bid proposal to 1c;:fQ;;n all the duties of the TCS are performed during the duration
specifically pay for this work; and of the contract.
5. Furnishing labor, material, and equipment necessary for 7• Ensuring that corrections are made if traffic control
cleaning up removing, and replacing of the construction devices are not functioning as required. The TCS may
signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to
during the life of the project. accommodate site conditions as long as the original intent
of the traffic control plan is maintained and the revision
6. Removing existing signs as specified or a directed by the is in conformance
engineer and delivering to the City Shops or storing and re- with established standards.
installing 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 time.of Possession of a current flagging card
used by the prime contractor, and subcontractors, shall be by the TCS is mandatory. ,
submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS.-
shall be subject to review and approval of the Engineer.
8. Contacting police fire 911 and ambulance services to 1-10.2(2) Traffic Control Plans(RC)
notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic
traveled portion of a roadway. control is installed and maintained in conformance to established
standards. The Contractor shall continuously evaluate the
9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to
traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation.
and 3:00 p.m. to 6:00 p.m., or as specified in the special
SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS:
provisions or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs
during periods when they are not needed. All signs required by the approved traffic control plan(s) as
well as any other appropriate signs prescribed by the Engineer, or
If no bid item "Traffic Control" appears in the proposal then required to conform with established standards, will be furnished
all work required by these sections will considered incidental and by �e Coi4w:aG;iiRg Contractor.
their cost shall be included in the other items of work.
Page-SP-l8
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable
Class A or Class B construction signs. adjustment per Section 1-04.6 only when the total contract price
increases or decreases by more than 25 percent.
All ether—costs for the work to " pa;hour
provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price perheuF-shall be full
the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal. driver(s),and the appropriate pilot car sign(s)for any eae-pilot
car operation. Any necessary flaggers will be paid under the
SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-tabe .
1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum unit contract price per ;houshall be full
Construction Zone pay for all costs for the labor provided for performing those
construction operations described in Section 1-10.3(1) and as
authorized by the Engineer.
G"tWol 2;Q2 2114d will Wmish a Pilo;-2-r-and d;;G;to Icad tho t;2ffiG "CQ;;rtRJG4ioA Sigi;s Glass A,"pe;squam fQQ4 panel ama
The Lump Sum uaU contract price per-s911aFe-foot
-e€
paaef-area-shall be full pay for all costs for performing the
work described in Section 1-10.3(3) and Section 1-10.3(4).
This payment will include all labor, equipment, and vehicles
the rt ♦ f t}, f t t' A G. G.,mi hod ll.,o_Way D:L.rPA
�-Fa�C�eiitrAl,. necessary for the initial acquisition, the initial installation of
Class A signs, and ultimate return of all Contracting Agency-
Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. Payme;;4 will not he mada fo;signs
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car
control area. Any necessary flaggers shall be furnished by the Engkwer.
Contractor »
The Lump Sum u;;U contract price pea-day-shall be full
pay for all costs involved in furnishing the person(s) assigned
as the "Traffic Control Supervisor" dw;:iAg wi r•^-;^Par-
DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for
the Traffic Control Supervisor shall be included in the Lump
1-10.4 Measurement (RC) (SA) Sum unit contract price for"Traffic Control Supcp,sier."
No specific unit of measurement will apply to the lump sum
item of"Traffic Control".
SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
1-10.5 Payment (RC) sat up,
paid,be
Payment for all labor, materials, and equipment described in b, l2a)' wAt f"thn rem";^:^^ cn ^t f
Section 1-10 will be made in accordance with Section 1-04.1, for
the following bid items when they am included in the proposal:
"Traffic Control," lump sum.
The lump sum contract price shall be full pay for all costs not
covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price per-day-shall be full
furnishing installing, maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles
devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(
conformance with accepted standards and in such a manner as to the h' l ( ) will be id fe;ender th}e item " 42ffiQ r^^t;^'
maximize safety, and minimize disruption and inconvenience to the I Rho;.-
public..
Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards
will be made as follows:
a. When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC)
and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the
amount bid for the item will be paid. direct supervision of a person registered to practice land surveying
b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW.
bid for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance
accordance with the total job progress as determined with the requirements established by the Board of Registration for
by progress payments. Professional Engineers and Land Surveyors under the provisions of
Chapter 18.43 RCW.
Page-SP-19
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standa
1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field note
coordinate base: The North American Datum of 1983191.
All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC)
conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or
Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such poinIs
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground.
The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which
the closure requirements of WAC 332-130-060. The control base marks or accurately references:
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under
Detail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any
established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office
comparable classification in future editions of said document. The and its successor the Bureau of Land Management includ'
angular and linear closure and precision ratio of traverses used for section subdivision comers down to and including o
survey control shall be revealed on the face of the survey drawing, sixteenth corners; and
as shall the method of adjustment. . Any permanentlymonumented boundary, right of w
The horizontal component of the control system for surveys
using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points establis
part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including
95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot
Geodetic Control Subcommittee Standards for GPS control surveys corners.
as defined in Geometric Geodetic Accuracy Standards &
Specifications fior Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC)
August 1 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for
said document.. construction projects that will create permanent structures such
The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal
NAVD 1988 the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base
tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permant�
benchmarks. if there are two such benchmarks within 3000 feet of monuments as are required such that every structure may
the project site a tie to both shall be made. The benchmark(s)used observed for staking or "as-builting" while occupying one suc
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of
not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monume
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control
throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall
(benchmark) will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein.
of any bench marks established. The drawing depicting the survey shall be neat, legible,
drawn to an appropriate scale. North orientation should be clew
1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-h
the controlling monuments used and the subdivision of the original scale remains legible.
applicable quarter section. If recording of the survey with the King County Recorde
Those surveys dependent on retracement of a plat or short plat required it will be prepared on 18 inch by 24 inch mylar and will
shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. MI
methodology used in that retracement. photographic molar of the drawing will be submitted to the City
Renton and upon their review and acceptance per the specffft
1-11.1(4) Field Notes (RC) requirements of the project the original will be recorded with the
Field notes shall be kept in conventional format in a standard King County Recorder.
bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall
electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton.
station occupations and what measurements were made at each The survey drawings shall meet or exceed the re uirements
op int. _WAC 332-130-050 and shall conform to the Ciry of Rento
Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols
a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend shall identify
job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not describe
page and point set on that page. Example: The first point set or each use.
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the
No. 348.16.01, the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing sho
Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that
notebook(s) provided by the City or the original field notebooks) the field notes) a brief description of the point, and northi —
used by the surveyor will be given to the City. For all other work, casting and elevation (if applicable) values, all in ASCII format,
surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media.
Page-SP-20
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.1(7) Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing (RC)
Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5),
satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1-
meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness
Control Committee. marker shall be set. In most cases, this will be the extension of the
Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or
both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks
in lead on the extension of the lot side lines have been set in the
1-11.1(8) Radial and Station --Offset Topography curbs on the extension of said line with the curb." In all other
(RC) cases the corner shall meet the requirements of section 1-11.2(1)
Topographic surveys shall satisfy all applicable requirements herein.
of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5), shall meet
All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
topography or establishing baselines for station--offset topography falls with in a paved portion of a right of way or other area, the
shall meet the requirements of section I-11.1 herein. monument shall be set below the ground surface and contained
The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush
section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface, per section 1-11.2(3).
In the case of right of way centerline monuments all points of
1-11.1(9) Radial Topography (RC) curvature (PC), points of tangency (PT), street intersections, center
Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection PI,
topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right
with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specifications, OR 2) of the curve.
trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the
least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision
circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection (PI), point of
1-11.1(10) Station—Offset Topography (RC) tangency (P'T), point of curvature (PC), one-sixteenth corner, Plat
Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of
determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91
_Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed
exceed 0.1 foot's error as to side shots. with the city.
1-11.101) As-Built Survey(RC) 1-11.2 Materials
All improvements required to be "as-built" (post construction
survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC)
and TITLE 9 Public Ways and Property, must be located both Corners per 1-11.1(5) shall be marked in a permanent manner
horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal
survey. The "as-built" survey must be based on the same base line plugs or caps tack in lead, etc. and permanently marked or tagged
or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of
improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of
subsurface improvements should occur prior to backfilling. Close installation.
cooperation between the installing contractor and the "as-builting"
surveyor is therefore required. 1-11.2(2) Monuments (RC)
All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set
1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently
surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number.
The field notes for "as-built" shall meet the requirements of
section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC)
"as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City
accuracy of the "as built". of Renton Standard Plans page H031.
The drawing and electronic listing requirements set forth in
section 1-11.1(6) herein shall be observed for all "as-built"
Surveys.
Page-SP-21
Revision Date:May 19, 1997
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
Division 2 Earthwork quantities and changes will be computed, either
manually or by means of electronic data processing equipment, by '
Earthwork use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor
for his review and verification.
2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in
Obstructions the Plans, unless ordered by the Engineer, shall not be paid for.
All work and material required to return these areas to their
original conditions, as directed by the Engineer, shall be provided
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS by the Contractor at his sole expense.
FOLLOWS: All areas shall be excavated, filled, and/or backfilied as
necessary to comply with the grades shown on the Plans. In filled
2-02.3(3) Removal of Pavement, Sidewalks, and and baclffilled areas, fine grading shall begin during the placement
Curbs (RC) and the compaction of the final layer. In cut sections, fine grading
In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading
shall: shall produce a surface which is smooth and even, without abrupt
1. Haul broken-up pieces ' changes in grade. '
to some off-project site. Excavation for curbs and gutters shall be accomplished by
cutting accurately to the cross sections, grades and elevations
1-2.At 5 fact of Rog, shown. Care shall be taken not to excavate below the specified
5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from
opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other
temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work.
Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and
inches immediately after backfilling and compaction are complete, before placement of fills or base course, the subgrade under the
and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas
mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and
If pavements, sidewalks, or curbs lie within an excavation replacement.
area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection
will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water.
they fe a" Acceptable excavated native soils shall be used for fill in the
mentioned as a separate item in the proposal, they will he measured area requiring fills. Care shall be taken to place excavated material
and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified
included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of
SECTION 2-02.51S SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
2-02.5 Payment (RC) native materials from becoming saturated with water. The
2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native
3. "Remove Sidewalk", per Square Yard. materials and diverting runoff away from the materials. If the
4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or
. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense.
5. "Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the
. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials to the
7. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are
the removal and disposal of structures and not available to complete construction of the roadway embankment
All costs related-to"Remove
is ,
Gravel Borrow shall be used.
obstructions including saw cutting excavation, backfilling and
If subgrade trimmer is not required on the project,all portions
temporary asphalt shall be considered incidental to and included in '
of Section 2-03 shall apply as though a subgrade trimmer were
p
other items unless designated as specific bid items in the proposal. specified.
If sufficient acceptable native soils as determined by the
2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway
Embankment embankment Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
2-03.3 Construction Requirements (RC) 2-03.4 Measurement(RC)
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other
excavated material shall be used for embankments, while surplus sections provide otherwise:
excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation,
the Contractor. borrow excavation and unsuitable foundation excavation - by the
Page-SP-22
Revision Date:May 19, 1997
2-04 Haul 2-09 Structure Excavation
cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have
the truck number, time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 2-03.5 IS REVISED AS FOLLOWS:
2-06.5 Payment (RC)
2-03.5 Payment (RC) Sub grade
g preparation and maintenance including watering
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
are included in the proposal: thereof shall be included in the appropriate unit or lump sum
1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices.
A (B, C, etc.)", per cubic yard.
When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below
subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.I IS SUPPLEMENTED BY ADDING THE
provided in 2oolien-f-111 1 Item 3 of this payment section. In this FOLLOWING: r
case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC) l
at unit contract prices. This work also includes the excavation, haul, and disposal of
The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable
excavating, loading, placing, or otherwise disposing of the
materials including buried logs and stumps.
material. '
2-09.3 Construction Requirements
tThe unit contract price per cubic yard shall
include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS:
3. "Unsuitable Foundation Excavation", per cubic yard.
The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material (RC)
Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project
and disposing of the material. limits shall be included in the unit contract price for structure
excavation, Class A or B.
The unit contract price per
cubic yard shall include haul.
7. " " disposal
Lmhankmant
The snit fe^,, rulaig a,r f,. "E.,,r..,.,v,.,o.,.
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
Payment for the work.
embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS.
items involved.
2-09.4 Measurement (RC)
2-04 Haul Gravel backfill. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
Plans or by the ton as measured in conformance with section 1-09.2.
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel
backfill for pipe bedding.
Q SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
"r'^ '" ^„ 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 2-09.5 Payment
of other units of work_ Payment will be made for the following bid items when they
are included in the proposal:
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
The unit contract price per cubic yard for the bid items listed
as I through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping, or shall be included in the unit bid
price of other items of work if "Structure Excavation" or
Page-SP-23
Revision Date:May 19, 1997
2-09 Structure Excavation 2-09 Structure Excavation
"Structure Excavation Incl Haul" are not listed as pay items in the I
contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when
extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the
structure excavation, it shall also be required as backfill material
for the extra excavation at the Contractor's expense. Any
excavation or backfill material being paid by unit price shall be ,
calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the
neat line.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation), per Cubic
Yard or per Ton".
When gravel backfill is paid by the ton, the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench backfill.
Page-SP-24
Revision Date:May 19, 1997
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling Bases
3 No supplemental specifications were
4 No supplemental specifications were
necessary
necessary
No supplemental specifications were necessary for Division 3.
No supplemental specifications were necessary for Division 4.
i
i
1
1
t
1
1
Page-SP-25
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavem
Division 5 (2)
Surface Treatments and Pavements
samples-WWhen a sample from uncom acted mix is needed t
5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained in
accordance with WSDOT Test Method 712.
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS haul;Ag vehigia,
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose
5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is-shall-ba defined
1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job
a; providedunder a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur.
Determination of-statisusal--Q; nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class.
GolloGgively and rhAl r.0astio-to n lot Only one 1g&pe; �=;4,
Dense graded mixes (asphalt concrete pavement Classes A, B,
E, F, and G) shall*AU be evaluated for quality of gradation on a
• the E^Mi;,ea. The J
dailylet basis by the Contractor. This gradation analysis shall be (Job Mix go;mula4 based on WSDOT Test Method 104 and the results delivered to the is defined in Section
Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make
information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the
with Section 9-03.8(6)A.2.-sa4 Aasphalt content shall be tested at Engineer.
the Eengineer's discretion if the Compaction Pay Factor(Section 5-
04.3(10)B)falls below 1.00.
The Contracting Agency may take their own independent In
gradation samples at the stockpile to confirm the gradation testing
done by the contractor. If the independent sample gradation varies
from the Contractor's data by more than ±3% for sieve sizes
greater than 1/4" and±2% for sieves smaller than the No. 10, then
the costs of the sampling and testing shall be borne by the
Contractor. If the tTest results vary from the Contractor's data
are-within the ranges listed above , then Sampling and testing for nonstatistical acceptance shall
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of
Agency. sample for each sublot of 400 tons or each day's production,
Tncrin
- whichever is least. When proposal quantities exceed 1,200 tons for
a class of mix under nonstatistical acceptance, sublot size shall
determined to the nearest 100 tons to provide not less than th
uniform sized sublots, based on proposal quantities, with a
maximum sublot size of 800 tons.
C. Test Results. The Engineer will furnish the Contra
with a copy of the results as they become available.
D. Test Methods. When sample testing of asphalt content
necessary, Aacceptance w iag for compliance of
will use the Nuclear Asphalt Gauge Procedure; WSDOT Test
2. Aggregates. _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessa
equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Qu
requirements of Section 9-03.8(2)_ Determination of Aggregate Gradation using Alternate Solve
-4,211-4;gI'• Procedure; WSDOT Test Method 723-T.
3. Asphalt Cement. Asphalt Cement will be accepted f'" E. Reject Mixture
tests-based on dw4-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, prior
02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replace it
be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. An
the asphalt cement changes a new job mix formula (JMF) shall be such new material will be sampled, tested, and evaluated
evaluated and approved. acceptance.
43. Asphalt Concrete Mixture (2) Rejection -by Engineer Without TestingW-UhoutTestiag.
A. Sampling The Engineer may, without sampling, reject any batch, load
(1) A sample will not be obtained from either the first or last section of roadway
25 tons of mix produced in each production shift.
Page-SP-26
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement_
1ate�ial that appears defective in gradation or asphalt seMelt SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into RE" pavement. Any rejected section of
compacted cead�vaypavement shall be removed. 5-04.3(10)A General (RC)
No payment will nt made for the rejected materials or the The Contractor shall not use vibration when compacting on a
removal of the materials unless the Contractor requests that the street where A.C. Line (Transits) is in place (refer to City of
rejected material be tested. If the Csontractor elects to have the Renton Comprehensive Water System Plan to identify locations of
rejected material tested, a minimum of three representative samples A.C. lines.)
will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS:
for testing from compacted pavement shall be removed by coring.
5-04.3(10)B Control (SA)
Asphalt concrete pavement Classes A, B, E, and F used in
traffic lanes, including lanes for 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 testing shall occur on a sublot basis
using the definition of a sublot described in Section 5-04.3(8). The
specified level of relative density shall be
co,.r:,A 1 n6 1(l) using a minimum ^f 924..0 percent of the
Acceptance of the initially reference maximum density
rejected suspected material will use the acceptance sampling and Method-:795. The reference maximum density shall be determined
testing methods. If the material does not fail within the job mix as that developed in the iob mix formula(JMF)
formula tolerances of Section 9-03.8(6)A, the mix will be rejected Of thQ MOR& ;@G@Rt fi'Q� for. the lot of asphalt
and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving
borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be
and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the
Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of
tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average statistical
remain subject to the compaction adjustment of Section 5-04.3(10) eualeatien—of three fiv* nuclear density gauge tests taken in
and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is
the Contracting Agency. placed (after completion of the finish rolling) at locations
determinedacQaptanga sampling 2Ad !"StiAg, tho ringinvoF May also ;&Waw goafQ;m;Pg to WSDOT T4r& Method 716
within each density lot
' less.The Engineer will furnis a copy of the
results of all acceptance testing performed in the field as soon as
the results are availablah=- '' ^(' ^� ^f rho �vr
the begs. ing Qf rho next paving shift.—
h;A_ Pavement compaction
below 89 percent of the reference maximum density shall not be
accepted. Relative densities falling between 89 percent and 92
' Q9 Rex Ramplos percent shall be subject to the price adjustments of Section 5-
04.5(1)B.
cteteuaised�
For compaction lots falling below a CPF of 1.00 pay-€acts;
and thus subject to price reduction or rejection, cores may be used
(5) A. Lot in p The (`wwr^nrn; oh^n-ch==r 1 ..... as an alternatives to the nuclear density gauge tests. Woe-cesas
af;@;paving— hen the Contracting Agency requests cores and the
FrQgFosg; level of relative density within a sublot is less than 92.0 percent,
tXhe cost for Oho-coring
and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relative density within a
sublot is greater than 92.0 percent, the cost for coring and testing
shall be borne by the Contracting Agency.
C r• 1 06 ')(")a ..==.1nr P;n^,=.-;21 1.=rn.,r.=,n pa;ag;aph 1 rrom Z
At the start of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design.
Page-SP-27
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE
a ig yen quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED.
greater referenced to the specified minimum density (924. percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH
of the reference maximum density dowmined by AISBOT Tegt THE FOLLOWING:
N4ethgd--795). If a compaction test section is requested, a
Compaction pay factor of 1.00 shall apply until compatibility is 5-04,5(1)A Price Adjustments for Quality of AC Mix
proven. Following determination of compactibility, the Contractor (RC)
is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete
Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within
considered compactible. the limits of the job mix formula shall be accepted at the unit
Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the
under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted (see
basis of a test point evaluation of the compaction train._ The test Section 5-04.3(8)Rejection of Mixture).
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS
compaction train, required to attain the maximum test point FOLLOWS.
density, shall be used on all subsequent paving.
Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC
compacted to the satisfaction of the Engineer. Compaction (RC)
In addition to the randomly selected locations for tests of the For each sublot Gompagiion lot, a Compaction Lay
density, the Engineer may also isolate from a normal lot any area Factor 1AGentivo Dr.:^o Adjustmoig Paglo. (GWAN) will be
that is suspected of. being defective in relative density. Such determined based on the relative density of the tests. The
isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their
minimum of three S randomly located density tests will be taken. associated relative density.
The isolated area will then be evaluated for price adjustment in
accordance with this section, considering
it as a separate-sublotlet.
SECTION 5-04.S IS REVISED AS FOLLOWS:
5-04.5 Payment (RC) Relative Density Compaction Pay Factor
(average of three tests)
"Misc and/or Driveway Asphalt Conc. Appresch Cl. >_92.0 1.00
per ton. This item, when included in the contract, includes asphalt 91.5 0.99
paving for areas such as driveways and traffic islands that are not 91.0 0.95
part of other paving work. 90.5 0.91
90.0 0.85
89.5 0.80 '
89.0 0.75
r
r
r
r
r
r
Page-SP-28
Revision Date:May 19, 1997
6-12 Rockeries 6-12 Rockeries
Division 6 and have a stable appearance. The rocks shall be carefully placed
by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or perpendicular to the
rockery face. The rocks shall have all inclining faces sloping to
the back of the rockery. Each row of rocks will be seated as
SECTION 6-I2 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After setting a
6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
6-12.1 Description (RC) inch square probe.
The work described in this section regardless of the type of 6-12.3.1 Rockery Backfill (RC)
materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed
cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will
retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall
engineer. and the cut or fill material. The backfill material will be placed in
lifts to an elevation approximately 6 inches below the course of
' 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of
Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on the bearing surface of the rock
andesite or other igneous rock. Individual pieces of rock shall be course will be removed before setting the next course.
sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC)
weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a
sulphate in accordance with aashto t104 the loss through a one- footing drain behind the rockeries as shown in the standard plans,
inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown.
The rock material shall be as nearly rectangular as possible so
as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RC)
No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective
The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done,
' weathered portions seams, cracks and other defects. subject to the final decision of the engineer. All rejected material
The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work
foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner.
material shall be approved by the engineer before delivery to the
site. 6-12.4 Measurement (RC)
The rock walls shall be constructed of one-man rocks, (85 to
300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be
made from the footing grade to the top of the wall and rounded to
to 600 pounds) each 13" in its least dimension; three-man rocks
the nearest square yard.
(800 to 1,200 pounds) each 16" in its least dimension; four-man
rocks (1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC)
rocks shall range uniformly in size for each classification specifies.
The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall",
rock in walls over 6 feet in height. per square yard.
The unit price per square yard shall be full compensation for
6-12.3 _Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work,
The rock unloading at the site will be done in such a manner materials and equipment required to complete the installation,
as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items.
preceding paragraph.
The walls shall be started by excavating a trench, not less than
6 inches or more than one foot in depth below subgrade in
excavation sections or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as possible upon the
completion of the cut or fill section.
Rock selection and placement shall be such that there will be
no open voids in the exposed face of the wall over 6 inches across
in any direction. The rocks shall be placed and keyed together
with a minimum of voids. Particular attention shall be given to
the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be placed
to minimize erosion of the backfill material. The larger rocks shall
be placed at the base of the rockery so that the wall will be stable
Page-SP-29
Revision Date:May 19, 1997
7-01 Drains 7-04 Storm Sewers
Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19
Where steel or aluminum are referred to in this Section in
Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall
Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I
(galvanized) or aluminum coated (aluminized) corrugated iron or
Conduits 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
7-01 Drains also made to PVC.
SECTION 7-01.2 IS REVISED AS FOLLOWS:
7-03 Structural Plate Pipe, Pipe Arch, Arch,
7-01.2 Materials (RC)
and Underpass ,
Drain pipes may be concrete, zinc coated (galvanized)Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS.
steel with Asphalt Treatment I, corrugated aluminum alloy,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC) ,
option of the Contractor unless the Plans specify the type to be Materials shall meet the requirements of the following
used. sections:
SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02
Corrugated Steel Asphalt Treatment 1 9-05.6(8) I
7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8)
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07
using a flexible elastomeric seal as described in Section 9-04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS:
jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) I
PVC underdrain pipe shall be jointed using either the flexible payment will be made in accordance with Section 1 04.1, for
elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal:
described in Section 9 04.9, at the option of the Contractor unless "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear
otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I.
PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch s Gage_Ft. _In. Span",
snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment I.
recommended by the manufacturer of the tubing. "St. Str. Plate Arch_ Gage_ Ft. _ In. Span", per
SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I.
FOLLOWING: "Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl.Haul",per cubic yard.
7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure
When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of
Cass B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost
item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra
contract pay items. Excavation Class B". If it is not in the contract, then it shall be
incidental.
7-02 Culverts
7-04 Storm Sewers
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS:
7-02.2 Materials (RC) 7-04.2 Materials (RC)
Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in
sections: regard to a kind of storm sewer pipe, it shall be understood that
Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized),, Asphalt Treatment I Coated Q*
Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5.
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8) ,
Steel End Sections, Asphalt Treatment I 9-05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum End Sections 9-05.5(6)
Solid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
Page-SP-30
Revision Date: May 19, 1997
7-05 Manholes, Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
7-04.3(1)B Pipe Bedding (RC) 7-05.3 Construction Requirements (RC)
Pipe bedding for PVC sewer pipe shall consist of clean,
granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have
placed to a depth of 6" over and 6" under the exterior walls of the ladders.
pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
7-04.3(2) Laying Storm Sewer Pipe FOLLOWS:
SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
Grade (RC)
7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications. existing structure shall be raised or lowered to the required
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation.
FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections (RC)
All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar
be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall
approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the
proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing
by the Engineer. manholes shall be cut off and covered in a similar manner. The
contractor shall carefully reference each manhole so that they may
SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing
7-04.4 Measurement (RC) the gravel or crushed stone surfacing, the manholes and manhole
castings shall be constructed to the finished grade of the roadway
The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area
include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void
of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result
center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be
catch basins and similar type structures. thoroughly compacted.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins and
FOLLOWS: similar structures shall be constructed and adjusted in the same
manner as outlined above except that the final adjustment shall be
7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and
checked. In placing the concrete pavement, extreme care shall be
The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way.
the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adiusted
complete the installation, including adjustment of inverts to until the pavement is completed, at which time the center of each
manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously
included in the Schedule of Prices, pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a
standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of
additional payment shall be made. the cover. The manhole shall then be brought to proper grade
„ utilizing the same methods of construction as for the manhole
Testing of storm sewer pipe, if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks
be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement
for other items. shall be cut and removed to a neat circle, the diameter of which
shall be equal to the outside diameter of the cast iron frame plus
two feet. The base materials and crushed rock shall be removed
and Class 3000 or Commercial Portland Cement Concrete shall be
placed so that the entire volume of the excavation is replaced up to
within but not to exceed 2 inches of the finished pavement surface.
On the day following placement of the concrete, the edge of the
asphalt concrete pavement, and the outer edge of the casting shall
be painted with hot asphalt cement. Asphalt Class G concrete shall
then be placed and compacted with hand tampers and a patching
roller. The complete patch shall match the existing paved surface
for texture, density, and uniformity of grade. The joint between the
Page-SP-3I
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS:
hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC)
covered with dry paving sand before the asphalt cement solidifies.
. The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of
manhole heights for payment purposes will be the distance from
plastered. finished rim elevation to the invert of the lowest outlet pipe.
Adjustment of inlets: The final alignment and grade of cast
iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such
established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract
final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made.
manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such
projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by "Adjust Existing ," per
frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details. ,
below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured
concrete pavement will butt the cast iron frame. The existing per each.
concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS
asphalt cement. Adjustments in the inlet structure shall be FOLLOWS.
constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC)
and plastered. "AdjustA42ahole Existing " per each.
Monuments and.cast iron frame and cover: Monuments and The unit contract price per each for "Adjust
monument castings shall be adjusted to grade in the same manner Existing " shall be full pay
as for manholes. for all costs necessary to make the adjustment including restoration
Valve box castings: Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer.
made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard.
SECTION 7-05.3(2)IS REVISED AS FOLLOWS. "Structure Excavation Class B Incl.Haul",per cubic yard.
Structure excavation for concrete inlets and area inlets is
7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If
the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each.
the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each.
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS:
FOLLOWING: 7-08.3(1)C Pipe Zone Bedding (RC) (SA)
7-05.3(3) Connections to Existing Manholes RC� Hand compaction of the bedding materials under the pipe
Where shown on the plans new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished
to existing line catch basin curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid
the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort.
manner. -Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans, additional structure channeling will be required. further compensation shall be made.
A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS.
connection of a new line to an existing structure, or the connection
of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC)
will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes, catch basins or curb inlets. carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to ,
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together, except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
Page-SP-32
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable type sewer
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe
pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other
damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted.
Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen
entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the
pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be
minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER pipes shall be laid uphill on grades
concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall
gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement.
minimum once the joint is home. Unless otherwise required all pipe shall be laid straight
SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: between the changes in alignment and at uniform grade between
changes in grade. For concrete pipes with elliptical reinforcement,
7-08.3(2)J Placing PVC Pipe(RCS the pipe shall be placed with the minor axis of the reinforcement in
' In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position.
pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket
up rade Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the
extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement.
the pipe When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE
mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING.
at the point of connection.
7-08.3(2)G Sewer Line Connections (RC)
7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of
Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-I I saddle secured to the sewer main with stainless steel bands. When
14ugi woo,in a manner consistent with accepted practices, the existing main is constructed of vitrified clay, plain or
The Contractor shall transfer line and grade into the trench reinforced concrete cast or ductile iron pipe, the existing main
where they shall be carried by means of a laser beam using 50 foot shall be core drilled.
minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall he core-drilled, and shall
gr
have an "O" ring rubber gasket meeting ASTM C478 in a
manhole coupling equal to the Johns-Manville Asbestos-Cement
collar, or use a conical type flexible seal equal to kore-N-Seal.
PVC pipe connection shall consist of tee nipple and couplers as
approved by the Engineer.
SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING: 7-08.4 Measurement (SA)
7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe
' Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the
calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09., or by the TON.
looking for ponding of 1/2" or less which indicates a satisfactory Concrete for plugging existing pipes will be measured by the
condition At manholes when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely
larger size pipe(s) shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for
elevation unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter.
All pipe fittings etc. shall be carefully handled and protected Excavation of the trench will be measured as structure
against damage impact shocks and free fall. All pipe handling excavation Class B or structure excavation Class B including haul,
equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation
be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits
manner which will protect the pipe against injury whenever stored ordered by the Engineer.
at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the
' the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in
determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03.
shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as
installed. specified in Section 2-09.4.
The CONTRACTOR shall inspect each pipe and fitting prior
to installation to insure that there are not damaged portions of the
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.
' Page-SP-33
Revision Date:May 19, 1997
7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains
FOLLOWS:
7-08.5 Payment I (SA) 7-11.3 Construction Details (RC) ,
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or
Ton. 7-11.3(4)A Ductile Iron Pipe (RC)
"Commercial Concrete", per cubic yard. Long radius (500feet or more) curves, either horizontal or
"Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If
"Structure Excavation Class B Incl. Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are
Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by
structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter
to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that
"Shoring or Extra Excavation Class B", per square foot. can be used. The amount of deflection at each pipe joint when pipe
If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I
incidental. the manufacturer's printed recommended deflections. ( '
7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS.
Water Mains 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe(4 inches
and Over)
SECTION 7-10.4 IS REVISED AS FOLLOWS. Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
7-10.4 Measurement (RCZ THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN
Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS:
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with '
accordance with Section 1-09. Polyethylene Encasement (RC)
Who;@ show; ;R *ho P12n-, &The Contractor shall lay ductile
7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, fittings, and
cubic yar- valves, 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
Payment for "removal with ANSI/AWWA C105/A21.5-93.
and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed.
4. "Bank Run Gravel for Trench Backfill", per cubic yard 7-11 3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND ,
or ton. REPLACED BY THE FOLLOWING
The unit contract price per cubic yard or ton for "Bank Run
Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC)
furnish, place, and compact the material in the trench. Also Steel pipe shall not be used.
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS
6. "Foundation Material" , per ton or cubic yard. FOLLOWS:
Payment at the unit contract price for "foundation material"
shall be full compensation for excavating and disposing of the 7-11.3(9)A Connections to Existing Mains (RC)
unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection
material per Section replacing
during times other than normal working hours. The Contractor
shall not operate any valves on the existing system without spocific
. Water system personnel will operate
all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a
representative of the water department is present to inspect the ,
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connections:
Page-SP-34
Revision Date:May 19, 1997 '
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by
drawings The contractor must verify all existing piping, the Engineer.
dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows:
Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as
without first making the necessary arrangements with the Engineer follows:
' in advance. 1. The quantity of water lost from the main shall not exceed
A two-week advance notice shall be required for each the number of gallons per hour as listed in the following
connection which requires a cutting of the existing water mains or a table.
shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour
to re-schedule the connection if the work area is not ready at the test period.
scheduled time for the connection. All water used to perform hydrostatic pressure shall be
Work shall not be started until all the materials, equipment charged a usage fee.
and labor necessary to properly complete the work are assembled :
on site. Allowable leakage per 1000 ft. of pipeline*-in GPH
The Contractor shall provide all saw-cutting, removal and
disposal of existing surface improvements excavation, haul and Nominal Pipe Diameter in inches
disposal of unsuitable materials, shoring, de-watering, foundation PSI 6' 8" 10" 12" 16" 20" 24"
material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.50 1.80 2.40 3_00 3_60
necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2_25 2.81 3.37
plans including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1_99 2.49 2_99
pipe spools shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2.85
Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1.80 2_25 2.70
the piping at the connections backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various
water mains. diameters the allowable leakage will be the sum of the computed
The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the
FOLLOWS: number of gallons per hour as determined by the formula
7-11.3(11) Hydrostatic Pressure Test (RC) L=NDFP
A hydrant meter and a back flow prevention device will be in which- 7400
used when drawing water from the City system. These may be
obtained from the City by completing the required forms and I. Allowable leakage, gallons/hour
making required security deposits. There will be a charge for the N = No. of joints in the length of pipeline tested
water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches
be expelled completely from the pipe valves and hydrants. If P = Average test pressure during the leakage test, psi
permanent air vents are not located at all high points, the contractor
shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND
expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS:
pressure applied At the conclusion of the pressure test, the
corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be Aasuadpoly_
under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may
air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe. If
furnish the water necessary to fill the pipelines for testing purposes the main cannot be "poly-pigged", then a tap shall be
at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in
normal system operation. the main.
The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Agtm
required pressure, stopping the pump for a minimum of two hours, Swab-AS 2lb/cu-ft density foam with 90A durometer urethane
and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig"
the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end.
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 Dechlorination of all water used for disinfection shall be
concentration of 50 mg/l. accomplished in accordance with the City's standard detail. Water
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing
accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system
of suitable size such that accurate volume measurements can be or any waterway.
made by the Owner or, 2) by pumping through a positive
displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand
' Page-SP-35
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components:
REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip
galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for
7-11.3(12)D Dry Calcium Hypochlorite (RC) 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000
laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat
SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and
hardness specifications. SST 753: 314" for 14" to 24" mechanical
7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as
Treated water shall be retained in the pipe at least 24 hours SST 7, except I" eye for 7/8" rod. same ASTM specification as
but no long than 48 hours. After this period, the chlorine residual SST 7.
at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4%
least 25 mg/1. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4% ASTM
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized
Tiecoupling: used to extend continuous threaded rods and art-
Before Final Flushing and Testing (RC) provided with a center stop to aid installation, zinc plated or hot-
Before placing the lines into service, a satisfactory report shall dip galvanized. SS10: for 518" and 3/4" tierods, ASTM A563,
be received from the local or State health department or an grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A.
approved testing lab on samples collected from representative
points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths,
bacteriological tests obtained by the Engineer. zinc plated or hot dip galvanized. SS12: 5/8" and 3!4" diameter,
ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter,
SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307.
ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot-dip
7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17:ASTM A242, F436. S17: ANSI B18.22.1.
Block (RC) Installation:
Install the joint restraint system in accordance with the
Provide concrete blocking at all hydrants, fittings and manufactures instructions so all joints are mechanically locked
horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to
standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower.
All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4' nuts. Install tiecouplings
plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange
or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe. '
around joints. The forms shall be stripped prior to backfilling.
Joint restraint(shackle rods), where required, shall be installed in
accordance with section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4"
plans. The dead-man block shall include reinforcing steels, shackle Tie Rods Required
rods, installation and removal of formwork. -
Blocking shall be commercial concrete (hand mixed concrete 4" ."""""""""'.""".....'."..2
6"
is not allowed)and poured in place. ...........................................3
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 10"...........................................4
12............................................6
7-11.3(15) Joint Restraint Systems (RC) 14"...........................................8 ,
General: 16............................................8
Where shown on the plans or in the specifications or required by 18............................................8
the engineer, joint restraint system (shackle rods)shall be used. all 20............................................10
joint restraint materials used shall be those manufactured by star 24"...........................................14
national products, 1323 holly avenue PO box 258, Columbus Ohio 30............................................(16-7/8"rods)
43216, unless an equal alternate is approved in writing by the 36............................................(24-7/8"rods)
engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is '
treated, superstar "SST" series. supplied with slots for "T" bolts instead of holes, a flanged valve
High strength low-alloy steel(cor-ten), ASTM A242, superstar with a flange by mechanical joint adapter shall be used instead, so
"SS" series. as to provide adequate space for locating the tiebolts.
Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained, ,
ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length
ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on
shapes. longer runs to keep tierod lengths to the 60 foot maximum. Pipe
used in continuously restrained runs shall be mechanical joint pipe
and tiebolts shall be installed as rod guides at each joint.
Page-SP-36 '
Revision Date:May 19, 1997
7-12 Valves for Water Mains 7-12 Valves for Water Mains
Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains
tie couplings tierods and tiewashers shall be galvanized. Al!
disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-I2.02 HAS BEEN REVISED AS FOLLOWS:
with koppers bitomastic no. 300-m, or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS:
tie couplings tierods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC)
koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and
Tiebol[s [ienuts tiecouplings, tierods, and tiewashers shall be 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
considered incidental to installation of the pipe and no additional
payment shall be made. 18 inches of the post exposed above grade.
SECTION 7-I1.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7-11.4 Measurement (RC) valve 2Ad the diiaapgs in Cow -Ad ipGhog to the valva shall be
Measurement for payment of concrete thrust blocking and
dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION.
' included as separate pay items. If not included as separate pay
items in the contract then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC)
shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as
and no further compensation shall be made. for manholes as detailed in Section 7-05.3(1) of the Renton
Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited
mains will be per each for each connection to existing water to, the locations shown on the Plans.
main(s) as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to
SECTION 7-II.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in
accordance with the applicable portions of Section 7-12.
7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked
with debris the Contractor shall use whatever means necessary to
Pipe for Water Main and Fittings _In. Diam.", per remove such debris leaving the valve installation in a fully
lineal foot. operable condition.
The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one-
of "_Pipe for Water Main —In. Diam." shall be full pay for fourth inch(1/4") to one-half inch (1/2")below finished grade.
all work to complete the installation of the water main including
but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE
pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING:
of polyethylene wrap cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement
insertion and removal of poly-pigs, temporary thrust blocks and
blow-off assemblies testing flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured
shackle rods abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a
removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value
' hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental.
shown on the plans, and cleanup. Hydrant auxiliary gate valve will be included in the
"Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this
yard. measurement item.
The unit contract price bid for "Concrete Thrust Blocking and
Dead-Man Block" Shall be for the complete cost of labor, SECTION 7 IS DELETED AND REPLACED WITH THE
materials equipment for the installation of the concrete thrust FOLLOWING:
:
blocks and dead- man blocks including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve
excavation dewatering haul and disposal of unsuitable materials, Box," per each.
concrete reinforcing steel shackle rods and formwork. If this The unit contract price per each for the valve of the specified
item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, equipment and material to
blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main,
including trenching jointing, blocking of valve, painting,
installation of the pipe and no further compensation shall be made.
disinfecting hydrostatic testing cast-iron valve box and extensions
"Connection to Existing Water Mains", per each.
The unit contract price per each connection to existing water as required valve nut extensions, adjustment to final grade.
mains shall be for complete compensation for all equipment, labor, 12 inch Gate Valve and Concrete Vault," per each.
materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve
assembly, shall be full pay for all labor, equipment and material to
furnish and install the valve complete in place on the water main,
including trenching jointing blocking of valve, by-pass assembly,
cast-iron casting and cover, ladder rung, concrete risers as
required, adjustment to final grade.
"16 inch and larger Butterfly Valve and Concrete Vault," per
' each.
Page-SP-37
Revision Date:May 19, 1997
7-14 Hydrants 7-14 Hydrants
The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories,
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are
and material to furnish and install the valve complete in place on outside right-of-way).
the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance
painting disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15).
casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE
to final grade. FOLLOWING: '
"Blow-off assembly," per each.
The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC)
shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(l). All hydrants ,
installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new
Detail, latest revision. hydrant). All rubber gaskets shall be replaced with new gaskets of
"Air-Release/Air-Vacuum Valve Assembly," per each.
The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type.
assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING:
to excavating, tapping the main, laying and jointing the pipe and
fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC)
disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced
"Adjust Existing Valve Box to Grade (RC)," per each. with new gaskets of the type required for a new installation of the
The contract bid price for "Adjust Existing Valve Box to same type. '
Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS.
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents, including all incidental 7-14.5 Payment(RC)
work. If not included as a separate pay item in the Contract, but
required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made. "Hydrant Assembly", per each. '
The unit contract price per each for "Hydrant Assembly" shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary gate valve, shackles,
tie rods, concrete blocks, gravel, and painting and guard posts
required for the complete installation of the hydrant assembly as
post specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.,
7-14 Hydrants
"Resetting Existing Hydrants",per each.
7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing
Hydrant" shall be full pay for all work to reset the existing ,
SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant),
FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
7-14.30) Setting Hydrants(RC) considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed
portion of the hydrant shall be painted with enetwo field coats. The . Guard posts, shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract.
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants", per each.
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing
Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing
specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and
in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the project all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment
specifications and guard posts painted with two coats of shall be made New pips fQ;h3';2;i#Gonn@Gtions will be paid Car-"
preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts, shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract.
installation with connections to 6", 8" AND 10" piping in trenches
3 - 1/2 feet deep unless otherwise specified. The hydrant shall be ,
designed for a 4-1/2 foot burial where 12" and larger pipe is
shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron
tee (MJ x FL) 6" gate valve(FL x MJ), 6" DI spool (PE x PE),5- ,
1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter,
Page-SP-38
Revision Date:May 19, 1997 '
7-15 Service Connections 7-17 Sanitary Sewers
7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS. 7-17.3(2)H Television Inspection (RC)
Once the television inspection has been completed the
7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the
Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color
lines shall be copper. and compatible with the City's viewing and recording systems. The
Where instalation is in existing paved streets, the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes
shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5/16 I.P.S.).
(hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS
fails, regular open trench methods may be used. FOLLOWS.
SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC)
7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of
completed installation measured along the invert and will include
Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear
the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of
"Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type
The unit contract price per each for "Service Connection structures.
In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with
' connection, including but not limited to, excavating or (hoe- Section 7-17.3(2) will be the number of linear feet of completed
hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested.
and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill
of the service connection. Sewer" will be determined by the cubic yard in place, measured by
the neat line dimensions shown in the Plans, or by the Ton on truck I
7-17 Sanitary Sewers tickets. `
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS:
7-17.5 Payment (RC)
7-17.2 Materials (RC) (SA) Payment will be made in accordance with Section 1-04.1, for
Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Conc. or 17 C ewer Pipe _ In. Diam.", per linear
Concrete ADS Composits foot.
Unified-Clay PVC (Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear
' Ductile Iron foot.
Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot.
sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot.
Plain Concrete Storm Sewer Pipe 9-05.7(1) "ABS Cgmposit@ Sewer.Ripe in Diam " -r,am;too; I
Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
"Wifi:„fi0d Qa 1 Sewer;po 9 Q5 2 kind and size specified shall be full pay for furnishing, hauling, and
PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes,
Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and
' ADS C,....posi.o co.,,o.Rips 9 Q5-1.4 adjustment of inverts to manholes for the completion of the
installation to the required lines and grades.
All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe", per linear foot.
thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer
conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2).
FOLLOWING: If no unit price for "Testing Sewer Pipe" is included it shall be
considered incidental to the pipe items.
7-17.30) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per
(RC) cubic yard.
When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and
' shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work
trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable
shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A.
trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic
Any construction debris which enter the existing downstream yard, or Ton.
system, shall be removed by the contractor at his expense, and to The unit contract price per cubic yard, or Ton for "Bank Run
the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work[o
outlet shall be plugged until acceptance by the Engineer, furnish, place, and compact material in the trench.
"Television Inspection", per Lump Sum.
' Page-SP-39
Revision Date:May 19, 1997
8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalk
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING TIP
FOLLOWING:
Miscellaneous Construction '
8-13.5 Payment
"Reset Existing Monument"per each.
8-09 Raised Pavement Markers Resetting an existing monument impacted by construction_shaLL
be incidental unless included as a pay item in the Schedule
Prices.
SECTION 8-09.S HAS BEEN REVISED AS FOLLOWS:
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE
"Raised Pavement Marker Type 1", per eachbuRded.
FOLLOWING:
"Raised Pavement Marker Type 2", per eachlu n-Wd.
"Raised Pavement Marker Type 3- In." per 5-14.3(4) Curing (RC)
each ua se The Contractor shall have readily available sufficient
"Recessed Pavement Marker", per eacltlwAdFed. rotective covering, such as waterproof paper or plastic membra
The unit contract price per eachlwad;W for "Raised Pavement u cover the pour of an entire day in the event of rain or
o
Marker Type I", "Raised Pavement Marker Type 2", and "Raised unsuitable weather.
The Contractor shall be responsible for barricading,
Pavement Marker Type 3- In." and "Recessed Pavement
Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concreVa
necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed a
with these Specifications including all cost involved with traffic replaced at the expense of the Contractor.
control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE
control is listed in the FOLLOWING:
contract as a separate pay item.
8-14.4 Measurement (RC)
8-10 Guide Posts When the contract contains a pay item for "Curb Ranig
Cement Concrete," the per each measurement shall include
costs for the complete installation per the plans and standard detat s
8-13 Monument Cases including expansion joint material curb and gutter and ramped
sidewalk section. Sawcutting, removal and disposal of excava
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk crus
FOLLOWS: surfacing base materials and all other work, materials and
equipment required per Section 8-14 shall be included in the
8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of th
This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate
cases and covers, in accordance with the Standard Plans and these items.
Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb
the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation,
supplied surveyor. quantities shall be measured with and paid for under the bid ite
for Curb and Gutter and for Cement Concrete Sidewalk. When
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb rams are to be constructed of asphalt concrete the paymeN
FOLLOWS: shall be included in the pay item for "Miscellaneous and
8-13.3 Construction Requirements Driveway Asphalt Concrete."
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING Tj
o�
The monument will be furnished and set by the Engineer FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the 8-14.5 Payment(RC)
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to construction. "Curb Ramp, Cement Concrete,"per each.
After construction is complete, the monuments shall be re- Payment for excavation of material not related to
established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise,
FOLLOWING: Contractor shall make all excavations including haul and dispos
regardless of the depth required for constructing the sidewalk to the
8-13.4 Measurement lines and grades shown, and shall include all costs thereof in
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidew
impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp,Cement ConcreLep
contract unless specifically called out to be paid as a bid item.
Page-SP-40
Revision Date:May 19, 1997 '
' 8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical
8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
which prove necessary for the completion of the project.
' THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the
SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so
that all of the necessary conduit can be installed within the depths
8-17.5_Payment (RC) specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per
then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D.
pay item for "Traffic Control."
SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS.
8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC)
and Electrical Class 3 gu;faco finish Ahall be applied to exposed w4age
8-20.2 Materials 0-7 '
Where obstructions prevent construction of planned
SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
FOLLOWING: satisfactory to the Engineer.
8-20.2(1) Equipment List and Drawings (RC) plus the amho;bolt stub Wight shall ngs orwood 4 inGhas -bove-the
The Contractor shall submit for approval six sets of shop fps'"
drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the
this project: foundations for and to the dimensions specified in table 1 below.
I. Light standards with or without pre-approved plans. The anchor bolts shalt match that of the device to be installed
2. Signal standards with or without pre-approved plans. thereon.
3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation
4. Metal Strain Poles. construction site and disposed of at the contractor's expense.
' not bc wd to t shop dFawings Concrete shall be placed against undisturbed earth if possible.
Disturbed earth or backfill material shall be compacted to 95
percent of the material's maximum density. Before placing the
The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other
shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the
dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations
and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship-
like manner. Concrete shall be promptly cleaned from the exposed
SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement.
ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period, the contractor may install the applicable device
8-20.3(2) Excavating and Backfilling (RC) thereon.
The contractor shall supply trench within the unit widths and
to the specified depths at the locations indicated on the contract Table I
plans or as directed by the engineer. Type of device Dimensions
The contractor shall have approved compaction equipment on
site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia.
performed at the time of the initial backfilling of the trench unless Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia.
directed otherwise by the engineer. Signal Controller See Detail Sheet
Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet
with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet
work shall be covered until it has been examined by the engineer.
backfill material used for fill around and over this conduit system
shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner
of six inches above the conduit. specified below:
Trench within the roadway area shall use select trench backfill I. Where sidewalk or raised islands are to be constructed as a
which shall consist of 5/8th inch minus crushed surfacing top part of this project, the top of the foundation shall be made
course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail
schedule of prices and directed for use by the engineer. The source sheet
and quality of the material shall be subject to approval by the 2. Where no sidewalks are to be installed,the grade for the top
engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer. (See
with acceptable materials from the excavation subject to the detail sheet)
Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on
necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field.
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by tt:e Engineer. The
Page-SP-41
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical ,
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed.
FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise
in the Plans or Special Provisions. '
8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or
Bushings. Wall thickness of conduit shall be consistent within
lecieas: continuous conduit runs with no mixing of different schedule types '
between terminations.
2. n" -^'''^^-^'^"sing° The contractor shall provide and install all conduit and
necessary fittings at the locations noted on the plans. Conduit size
shall be as indicated on the wiring and conduit schedule shown on ,
IP ans.
Conduit to be provided and installed shall be of the type
at+4i�ies. indicated below:
6. 411 bandr with ;-d;;-,r less ch-A 3 feet Run& embedded 1. Schedule 40 heavy wall p.v.c. Conforming to ASTM
standards shall be used whenever the conduit is to be placed other
than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to
ASTM standards shall be used when the conduit is to be placed
within the roadway area.
All joints shall be made with strict compliance to the
adapt@. fitting, egai�rn�nt—greanding Ggad•^g^r Quad^^ manufacturer's recommendations regarding cement used and
environmental conditions. '
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8-20.3(6) Junction Boxes i
The contractor shall provide and install junction boxes of the
type and size at the locations specified in the plans and as per detail
sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
l. Street lighting only: "Lighting"
2. Signal only: "Signals"
3. Traffic signal and street lighting: "TS-LT"
Aluminum conduit will W an allar-pase to g24*agizod-4t64 4. Telemetry only: "Telemetry"
Inscriptions on junction boxes performing the same function,
i.e. street lighting, traffic signal, or both, shall be consistent
throughout the project. All junction boxes shall be installed in
4664, conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for "Type I" or "Type II"
approvo,, aGkiAg or, ,�,�.� wot,odg RaveragAt shall_Ags function box shall be full compensation for furnishing same and for
all costs of labor, material, tools, and equipment necessary to
provide and install the junction boxes including excavation, ,
back filling and compaction all in accordance with plans,
If allowed in the.Plans or if obstructions are encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames.
install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be ,
conform to the following: installed on compacted sub grade which shall include six inches of
1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed
deep. The cuts shall be parallel to each other and extend'-fast-one under and around the base of the junction box. Concrete shall be
1 foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include
3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a
over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box
grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the
crushed surfacing and the concrete pad shall be incidental to the
whir.140vap is unit price per junction box and no further compensation will be
5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed ,
restored per the Renton Standard Detail. surfacing" and/or for"concrete pad."
Page-SP-42
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS. necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer, will be borne by the Stag City.
Three types of power service are used as indicated below:
1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle
A.C.(traffic signal service only)
' 2. Type Il, system shall be single phase 240 volt, 2 wire,60 cycle
A.C. (street lighting non contactor, individual controlled
photo-cell with no neutral wire)
3. Type III system shall be single phase 120/240 volt, 3 wire 60
cycle A.C. (street lighting contactor/traffic signal, grounded
neutral service)
The power service point shall be as noted on the plans and
cond-14 shall be verified by the electrical servicing utility.
Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service
conform to all Code requirements. agreement letters and numbers. The markings shall be installed on
Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings
accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint
shall be accomplished only at the service. conforming to Federal Specification TT-E-489.
SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
8-20.3(11) Field Test (RC)
Flooh ro r:.... ..f rh.00 rolnn.l+r. A�..o The
j Tha .1..rn f l -hanging frwn flashing to 649.. ..n11 g rar:nn
S
All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on
' which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends,
copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday.
complete with a #8 AWG bare copper bonding strap located in the of the supplier.shall ba pr-asant for.the Ghmige
nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a
signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place.
diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the
in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on
in accordance with the plans, specifications and applicable codes. date.
Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on _shall not be considered until
are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has
are also miscellaneous items unless a separate pay item is provided been energized by the electric utility.
' in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required
for signal turn on.
SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan
FOLLOWS: before requesting signal turn on date. Any deletions of
channelization prior to turn on must be approved by the
8-20.3(10) Service (RC) engineer.
Power sources shown in the Plans are approximate only; exact 6. City forces shall provide, post and maintain proper signing
location will be determined in the field. warning of new signal ahead.
r8-20.3(13) Illumination Systems
SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
8-20.3(13)A Light Standards (RC) (SA)
asssmbly
Page-SP-43
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
h;..,rt;Q.,S rh2j, Min2tQ height at hel^.^ the All poles and davit arms shall be designed to support a
luminaire weight of 50 lbs. or more and to withstand pressures '
Z 411 ..asho.A &h.,u be e SNTQ M 364 (A S:"4 A caused by wind loads of 85 m.p.h. with gust factor of 1.3.
All poles shall maintain a minimum safety factor of 4.38 p.s.i.
on yield strength of weight load and 2.33 p.s.i. for basic wind
3. Anchor bolts shall extend through the top heavy hex nut two pressure.
full threads. Davit Arms:
The davit style arm shall incorporate a 5'9" radius bend
n S r A 449 lbolu with Glean, undamaged .►,wad rho as measured from the centerline of the shaft. The outer portion of
the arm shall be nearly horizontal to +2' above horizontal and ,
shall be furnished with a 2" diameter shipfrtter with a maximum
length of 8 inches to fit the luminaire specified. The pole end of
the davit arm tube shall be fastened securely to the top of the shaft
producing a flush joint with an even profile. '
Anchor Base:
the A one piece anchor base of adequate strength, shape and
6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment
repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall
include removing the damaged portion of the anchor bolt, be provided with each pole. '
cutting threads on the undamaged portion to remain, the Anchor Bolts:
installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The ,
bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending
be installed plumb, f 1 degree. moment of the pole shaft at its yield point
The contractor shall assure that all anchor bolts conform to the
-,2Ad2;,4 a recommended ASTM specifications of the pole manufacturer and
shall secure and submit to the City for approval all manufacturer
data on pole bending moment, anchor bolt fabrication data, test
results and any other data that may be required to confirm that the
anchor bolts meet these specifications. '
Miscellaneous Hardware:
AR-r &Awed under.slip bass imw!Wtion pr-gr@dU"&. All hardware (bolts, nuts, screws, washers, etc.) needed
to complete the installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall supply and install a combination of
",ndg;o;. 4-digits and one letter on each pole, whether individual luminaire
or signal pole with luminair. The letter and numbers combination
shall be mounted at the 15 foot level on the pole facing approaching
traffic. Legends shall be sealed with transparent film resistant to
dust weather and ultraviolet exposure. The decal markers shall be
3 inch square with gothic gold white reflectorized 2 inch legend on
a black background. The I.D. number will be assigned to each
pole at the end of the contract or project by the City traffic
engineering office.
Cost for the decals shall be considered incidental to the
T her contract bid.
2, r 'aUQg@ Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications. '
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E-489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and
minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts using proper sized
and shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches. Use of pliers, pipe wrenches,
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of
inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and ,
Page-SP-44
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION.
base plate. 8-20.3(14)F Opticom Priority Control Systems(RC)
Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500
portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy
mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller
' and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the
drain hole shall be left in the bottom of the grout pad as shown on supplier.
the standard detail.
SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
' SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
FOLLOWING:
8-20.3(15) Grout (RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall
division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail.
terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the correct type of connector and crimping with pliers, wire FOLLOWS:
cutters etc. will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC)
appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as
shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal system
conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement
boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items
be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed.
loops. Conduit of the kind and diameter specified in the Schedule of
' SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line
FOLLOWING(RC) length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
8-20.3(14)C Induction Loop Vehicle Detectors(RC) bid item.
11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
compression type connectors. Section 8-20.5 or as described in the contract schedule of prices
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions.
' FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS.
Cable(RC) 8-20.5 Payment (RC)
The Contractor shall keep records of field testing and shall
' furnish the engineer with a copy of the results. Payment will made for each of the following bid items that
p
are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_ lump sum.
AS FOLLOWS: "Traffic Signal Display and Datagtiop Systern _", lump
' 8-20.3(14)E Signal Standards (RC) sum.
3. Disconnect connectors complete with pole and bracket gam�System—
The lump sum contract price
for "Illumination System
cable shall be installed in any signal standard supporting a and "Traffic Signal Display and Dwegfion ystem _", ssd
luminaire. Iglu ,iRatioR ,,... . inst llation Rhall ,onf r-m to data:ls
"Traftic..Signal-Central System ", shall be full pay for furnishing
14 the 1212Ar for.
all labor, materials, tools, and equipment necessary for the
construction of the complete electrical system, modifying existing
systems, or both, as shown in the Plans and herein specified
14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit,
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during
Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all
WSDOT, required tests. All additional materials and labor, not shown in the
15. Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the
proper sized sockets, open end or box wrenches. Use of pipe electrical system, shall be included in the lump sum contract price.
wrenches or other tools which can damage the galvanization of the 4,"r.,,ndu;, Ape r., D;.... n ..o.i:..e.,.f,,,,.
' nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve
adequate torquing of the nut(s).
Page-SP-45
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical '
The unit per each price for (14)"Service cabinet" shall be full
compensation for furnishing and installing the fully equipped
cabinet and for risers, standoffs and any other materials, labor or '
costs associated with providing electrical service as required by the
electrical utility, the contract plans, details and specifications and
not included as separate pay items in the contract schedule of
Price fQF the i
m-
a i.R "........Signal head......," per each.
All costs for installing conduit containing both signal and ".......Signal head mounting hardware," per lump sum.
illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting '
signal system. hardware" shall be full compensation for supplying and installing
All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in
illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets.
prices for the signal system. "Pole mounted terminal boz,..."x..."x...", and mounting '
The unit prices for the items listed below shall be full hardware," per each.
compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot.
labor, materials tools equipment and testing necessary and/or "3/C shid pre-emption cable,"per linear foot.
incidental for the full and complete installation as per the contract "...-pair shld interconnect cable," per linear foot.
plans detail sheets and these specifications. "Traffic signal controller and cabinet," per each.
"Trench and Backfill ........ wide by........." deep, " per The unit contract price for "Traffic Signal Controller and
linear foot. Cabinet" shall be full compensation for furnishing and installing a
The unit contract price for (3) "Trench and Backfill" per fully equipped wired and operational controller and cabinet. '
linear foot shall be full compensation for excavating, loading, "Traffic signal wire," per lump sum.
hauling and otherwise disposing of the waste materials, for "Signal standard Type...,with ...-foot mast arm," per each.
backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot. ,
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth
accordance with the plans specifications and detail sheets. sawcut required for installation. The unit price shall be full
"Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire,
shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the -'—
and installing the material and loading hauling and disposing of specifications and detail sheets. The unit price shall also include
waste materials. providing and installing conduit stub-outs and soldered splices, '
"........Foundation, .......," per each.* splices to loop return cables unless separate pay items are included
"Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting
*The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not
Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting.
per the plans specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
"Concrete Pad." proper locating of loop return "Stub-out" by direct routing of ,
"Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a
Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place. '
the area of the junction box or foundation enclosed and shall be full .......Splice kit,"per each.
compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each.
specifications and detail sheets. "Opticom discriminator card," per each.
" Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier," per each.
." Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each.
* The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each.
couplings adapters elbows bends reducers bell ends, bushings, "Pedestrian push button post," per each.
and any other material labor or equipment necessary to complete "Pedestrian signal pole Type I, 10-feet," per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing
measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existing
depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental to
"Street Light Standard ......... per each. complete the installation and make the electrical equipment '
........watt...Luminaire and lamp," per each. operational all in accordance with the plans specifications and
........watt...Luminaire and lamp with photocell," per each. detail sheets.
"......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each.
"Service cabinet, " per each. '
Page-SP-46
Revision Date:May 19, 1997 '
8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price for "Remove existing foundation" Traffic Leu"Legend
shall be full compensation for full and complete removal and A WHITE marking^^^a^,-..,...^w the P=A publ;
hauling and disposal of the foundation.
pr4pertieAusing alphabetical letters..
8-22 Pavement Marking
SECTION 8-22.1 IS REVISED AS FOLLOWS: higli.See contract plans and detail sheets.
8-22.1 Description(RC) SECTION 8-22.3(5)IS REVISED AS FOLLOWS.
'
Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC)
A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
or "skip" pattern shall be based on a-40 feet 24-foot unit consisting Within a-40 feet 24-foot length of skip stripe shall not exceed plus
' of a--I444et 9-foot line and a-30-foot 15-foot gap. Skip center or minus 1 inch.
stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS.
two way highways.
Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC)
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated by a 4-inch ^-e.-Q�.inch space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-and -
' and for channelization.
GeFe-su4l p roach Stripe
A SOLID WHITE line, 8 inches wide, used-at- }�
to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION.
' from through lanes, for traffic islands, and for hash marks. Hash 8-22.3(7) Removal of Traffic Markers(RC)
mark stripes shall be placed on 45 degree angle and 10 20-feet
The work to remove all old or conflicting stripes, lines,
apart. buttons, or markers as required to complete the channelization of
Lane Stripe the project as shown on the plans or detail sheets shall be
A BROKEN WHITE line, 4 inches wide, used to
delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further
broken or "skip" pattern shall be based on a-4 -fo"24-foot unit compensation shall be made unless a separate pay item or items are
consisting of a 49-feet 9-foot line and a-3)-€eet 15-foot gap. Provided for such removal.
' Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS.
delineate a lane that end" at 2A oU ramp The broken or "skip"
pattern shall be based on a 244-S-foot unit consisting of a 93-foot 8-22•4 Measurement(RC) (SA)
line and a 15.1.2-foot gap. The measurement will be based on the travel distaAc iwd
bie-Pass Stripa of a marking system capable...
GoFsApproach stripe, barrier stripe, crosswalk stripe, and
stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be measured by the unit with each arrow
ingh sparw head defined as a unit.
r ;vgTraffic lsa"41egends, handicapped parking stall symbols,
preferential lane symbols, railroad crossing symbols, drainage
b2se' Qos CQ;ismarkings, and cycle detector symbols will be measured by the unit.
9afl- Measurement for paint/plastic stripe line removed shall be by
Two Way Left Turn Stripe the linear foot of "...." wide line or shall be included in the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay
space. The broken or "skip" pattern shall be based on a 40-faet 24- item then removal of existing traffic markings shall be considered I
foot unit consisting of a-194eet 9-foot line and a-30 foot 15-foot incidental to the payment for other items of work and no further
space. The solid line shall be installed to the right of the broken compensation shall be made.
' line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line,-14 8 inches wide and 10-feet
long, installed parallel to another crosswalk strip with 2 6 Pest 8-22.5 Payment (RC)
and
parallel to the direction of traffic flow and centered in pairs on lane "Painted Qer$Approactt Stripe", per linear foot.
lines and the center of lanes. See detail sheet..
"Painted Traffic end",per each.
Stop Bar
A SOLID WHITE line,-.9 12, 18 or 24 inches wide "Plastic Traffic Line
. .... wide,"
per each.
unless as noted othe;-ar,e is on the Contract plans. "Remove Paint Line ....." wide," per linear foot.
Page-SP-47
Revision Date:May 19, 1997
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Marki s
"Remove Plastic Line Wide,' per linear foot.* 8-23 Temporary Pavement Markings
"Remove existing traffic markings, "per lump sum.*
* The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH Tf
"Remove Plastic Line" and the lump sum contract price for FOLLOWING:
"Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ
and detail sheets. If these pay items do not appear in the contract
schedule of prices then the removal of old or conflicting traffic If no pay item is included in the contract for installation or
markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the
other items in the contract and no further compensation shall be contract or included under "Traffic Control" _if_that ite_m__
made. included as a bid item.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools, material, and equipment ,
necessary for the completion of the work as specified.
Page-SP-48
Revision Date:May 19, 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
Division 9 material for payment may be produced for use on a project until the
job mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03.8(2)
and remain within the limits set forth in 9-03.8(6). The
determination of the job mix formula shall be the responsibility of
' the Contractor.
9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
' FOLLOWING: job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment toin the
9-00(A) Recycled Materials (RC) JMF.
' The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
applicable requirements described elsewhere in the contract and shall include as a minimum:
specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size.
' requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9-02 Bituminous Materials e. Compaction temperature.
' f. Anti-strip agent content.
9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
SECTION 9-02.I(I0)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
Engineer before the new material is used.
9-02.1(10) Loop Sealant (RC)
Unless specified otherwise in the contract or permitted by the
Engineer upon request from the contractor, loop sealant shall be Won @Rt-bl;A
hot-melt, rubberized asphalt sealant (Crafco Loop Detector Sealant
or approved equal), shall meet the penetration, flow and resilience T`o ""o""o fad2t;0., Of the ,.,,..,.,rotoa ""halt
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer's � � po ,e r ,; 4211 be the ra,rt n j
recommendations.
The contractor shall request and obtain approval from the
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_and-Adjlwtments.
detector loops and shall submit manufacturer cutsheets or other a. After the JMF is
data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of
determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances:
only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits
applied in conformance with the methods required as to The tolerance limit for each
temperature and means of application such as to completely fill the mix constituent shall not
sawcut area, encapsulate the loop wires and adhere to the exceed the broad band
' pavement. specification limits specified
in Section 9-03.8(6).
9-03 Aggregates Ag®ate assing 1", Broad band specification
3/4 5/8 , M", and limits Section 9-03.8(6).
' SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves
Aggregate passing 1/4" sieve t 6%
9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. l0 sieve f 5%
1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve t 4%
conformance to the project job mix formula (JMF). 11o; the Aggregate passing No. 200 sieve t2%_Notel
Asphalt cement t0.57.Note2
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9-03.8(6).
Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
Pavement), 2.5% for 50% RAP or more.
Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20%
' RAP, but less than 50% RAP, 1.0%for 50% RAP or greater.
These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine acceptance.
No
H
Page-SP-49
Revision Date:May 19, 1997
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits
SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) r
Joint assembly design shall be reinforced concrete bell and
c,--Adjustaaeacs spigot type incorporating a fully retained single rubber gasket in
accordance with ASTM C361 or AWWA C302. Rubber gasket '
material shall be neoprene.
SECTION 9-05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING: '
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
Hydrostatic testing of rubber gasket joints shall be performed '
in accordance with ASTM C361 or AWWA C302 except test
t�4 T1,o .,acustcd jM9 Plus the 2n,,.,,o l pressure shall be 5 psi.
SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
specil:icatieas. FOLLOWS:
I Asphalt G-QA4@At The D;Qj@G& [:....moor m oi;ds;
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
SECTION 9-04.II IS A NEW SECTION Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall
Butyl rubber shall conform to ASTM D2000,M1 BG 610. 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
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
Conduits '
SECTION 9 05.4 IS REVISED AS FOLLOWS:
i A A S14TO 44 a SaGsion "
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Steel culvert pipe and pipe arch shall meet the requirements of '
AASHTO M 36, Type I and Type 11. Welded seam aluminum relater~
coated (aluminized) corrugated steel pipe and pipe arch with
igintod with bands
metallized coating applied inside and out following welding is '
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE
FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of '
9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and
inspected in conformance with Section 9-05.4. The size, coating,
RCS
and metal shall be as shown in the Plans or in the Specifications.
Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project ,
requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a
in the manufacture of reinforced concrete pipe shall be Type 11 in single thickness of material. The ribs shall be essentially
conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness
otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical
FOLLOWING: distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib). The maximum
9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center (measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the
(D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch
test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs '
AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway
Page-SP-SO
Revision Date:May 19, 1997
9-06 Structural Steel and Related Materials 9-08 Paints
between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured
' fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the
bands. metal at the corners of the ribs shall be 0.0625 inch with an
When required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall
spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch +
For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
' project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the
from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum
1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured
.4375 inch high (measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
' shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an
direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent.
co!• erers of the ribs shall be 0.0625 inch with an allowable tolerance
' 2f-10 percent. 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION:
9-06.5 Bolts
9-05.12(3) CPEP Sewer Pipe (RC)
' CPEP - Smooth interior pipe and fittings shall be SEC7ION9-06.5(4)HAS BEENSUPPLEMENTED BY ADDING:
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4)' Anchor Bolts (RC)
Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal
pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall
AASHTO M294. meet the recommended specifications of the pole manufacturer.
SECTION 9-05.14 IS DELETED: The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication, strength test results, mill
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
FOLLOWS: bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light signal and strain poles provided that the
(RC) Contractor can submit documentation from the manufacturer
Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon:
' axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles
be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of
gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
;;b sto;m so...@;pipe shall h2,,@ halig2l ribs that pr-Qj@G& be a full one inch in diameter with a hot forged four inch "L" bend
do c,.,., @d awn a single thigkAORS of ..,asa;ial _and on the bottom end and a minimum of six inches of die-cut threads
on the top end.
1 e A SUT-0 41 196, version -, -, 1 2. The anchor bolts for signal poles and strain poles shall
Z, n 375 :AGh 4. ,,4 :.,,a, ,,,;,,o by n 4375 ingh (minimum) meet the specifications as designated on the approved
manufacturer's pole plans and/or supplemental plans or
3.14 'AGh L —].Is :.,,a, , wda by n os k h (;Rin:mum) loop specifications provided by the manufacturer.
All anchor bolts nuts and washers shall meet the pole
' manufacturer's specifications and shall be hot dipped galvanized
unless such galvanization is not permitted for the type of steel as
per Section 9-06.5(4).
9-08 Paints
SECTION 9-08.81S A NEW SECTION.
' helical ribs shallproject9-08.8 Manhole Coating System Products (RC)
For spiral rib storm sewer pipe,
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification (RC)
inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces
with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch +
Page-SP-5l
Revision Date:May 19, 1997
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electr 1
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED
FOLLOWS:
A. General '
1. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each terminal end with a
wrap-around type numbering strip bearing the circuit num
a. Buried, and White C-1 shown on the plans_
exposed No splicing of any traffic signal conductor shall be permit
concrete unless otherwise indicated on the plans. All conductor runs shall
surfaces. be pulled to the appropriate signal terminal compartment boio
9-08.8(2) Coating Systems with pressure type binding posts. The only exceptions shall be
splices for detector loops at the nearest junction box to the loops.
A. High Solids Urethane The contractor shall provide and install all the necessary
wiring, fuses and fittings so as to complete the installation of
Coating System: C1 signal and lighting equipment as shown on the plans. All mater'
Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, sha
Surfaces: Concrete comply with applicable sections of the National Electrical Code.
Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG stranS
(Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethyl
Application: Shop/Field The drying time type RHH-RHW insulation of code thickness.
between coats shall not exceed (11) eCommunications cable( ) shall meet R
24hours in any case specification PE-39 and shall have sip-pai�No. 19 AWG wi�
System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The ca
Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside of
MC-Conseal high solids the cable.
urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable si
Two or more coats of Wasser meet the following:
MC-Conseal (min. 4.0 DF'1) 1. Conductors: Solid, soft drawn, annealed copper, size 19
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene
Admixtures polypropylene with telephone industry color coding.
3. Cable core assembly: insulated conductors are twisted
SECTION 9-23.9 IS REVISED AS FOLLOWS. into pairs with varying lays twist lengths) to minimize cross
and meet strict capacitance limits.
9-23.9 Fly Ash (RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene
Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum
tape shield is applied longitudinally with shielding coverage. 9-
9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable.
5. Outer jacket: A black low density high molecular weight
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded_ to withstand sunligju,
FOLLOWING: temperature variations and other environmental conditions M
abuse during installation) is extruded overall to pro-id
9-29.1 Conduit.(RC) continuous covering.
The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be prinaW
indicated below: sequentially a minimum of 2' along the outer jacket.
1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is floc
ASTM Standards to be used in all installations under roadways. With petroleum-polyethylene gel filling compound including the
2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield.
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING Tj
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and term I
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING T#
(Diamond pattern) as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as
9-29.10 Luminaires (RC)
follows:
1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket.
2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the co ra
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor.
The above inscriptions shall not be higher than the top surface '
of the cover plates.
Page-SP-52
Revision Date:May 19, 1997 ,
9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical
The manufacturer's name or symbol shall be clearly marked re-energize without change.
on each luminaire.
I. 9-29.11 Control Equipment r-GqU;:ed
5. Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict
Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take
' operate on 120 volts, 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of artery
sensitive element connected to necessary control relays. The unit 9 ely low
shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type, capable of
energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of
The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per
values in the temperature range of-55 degrees C to +70 degrees minute.
C. The photo cell shall be mounted externally on top of the
luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
control the system shall be mounted on the luminaire nearest to the FOLLOWS.
service/contactor cabinet. The photo cell shall be capable of
switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC)
Immediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
FOLLOWING: clearance intervals and subsequent pre-emption intervals.
9-29.13 Traffic Signal Controllers (RC) Pre-emption shall sequence as noted in the contract. Pre-emption
equipment shall be installed so that internal wiring of the
The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not
alternating current and shall use the power line frequency as a time altered.
base. The traffic signal controller shall meet the requirements of
the National Electrical Manufacturers Association (NEMA
Standard Publications. -
Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules
transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible
mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City
soldering. All components shall be standard"Off the shelf" items. of Renton is currently using and shall be capable of being activated
The traffic signal controller shall be capable of interfacing by the same transmitters.
with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an
shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a
master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers) along an unobstructed
establish the sequence of signal phases, including overlaps, in "line of sight" path. The system shall cause the traffic signals
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program.
operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for
with volume density on each phase as required. All clearance field programmability. It shall consist of the following
' timing and pedestrian timing shall be accomplished at the local components:
intersection. a. Optical energy detectors which shall be mounted on the
traffic signal mast arms and shall receive the optical energy
SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal.
FOLLOWS: b. Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle
2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence
located behind the police panel door is turned to the flash position, diagram.
the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights.
controller shall "STOP TIME." When the switch is placed on Optical Detector
automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction.
8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system
flash period, unless otherwise specified, the controller shall manufacturer to facilitate ease of installation.
immediately resume normal cyclic operations at the beginning of c. Shall operate over an ambient temperature range of-40°F
artery gr ely low. to +180°F(-40°C to +85°C).
4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi-
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture.
shall re-energize consistent with No.2 above to ensure an 8 second C. Shall respond to the optical energy impulses generated by
flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro
of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one
resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than
thirty microseconds.
Page-SP-53
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Discriminator
Each module shall do the following:
a. Shall provide for a minimum of two channels of optical
detector input.
b. Shall provide for a minimum of two discrete channels of
optically isolated output.
When a pre-emption detector detects an emergency vehicle,
the phase selector shall hold the controller in the required phase or
advance directly to that phase after observing all vehicle
clearances. The phase selector shall hold the controller in the
phase selected until the detector no longer detects the emergency Uis four �0 11,,,,,g .or;,,,;.., gap f..,,,„ gr-aso rest»
vehicle. ar.wation
When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully-
not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance
are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards.
received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by
simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall
be on the front of the controller unit or shall have keyboard entry
SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic
FOLLOWING: signal controller shall include all circuitry required to provide all
timing and all functions for signal operation in a fully-actuated
9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow.
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test
A Cornell-Dubiler radio interference filter NF 10801-1 30
amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic
Additionally, all power supplies shall have noise immunity from Controllers (RC)
other devices within the cabinet. The traffic signal controller assemblies, including the traffic
signal controller, auxiliary control equipment and cabinet shall be
SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check- ,
FOLLOWS: out of all timing circuits, phasing and signal operation shall be at
the City of Renton Signal Shop, Renton, Washington. The Signal
9-29.13('n Traffic-Actuated Controllers (RC) Shop will make space available to the contractor for the required
Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and
when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete
both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
more intersections. satisfactorily functioning shall start the test period. Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are ,
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA specifications. uhen— ^��,,.:��t3o-- l�tl�..^*,�' demonstration by the contractor to the Engineer of all components
functioning properly shall not relieve the contractor of any
responsibility relative to the proper functioning of all aforestated
Actuated traffic signal controllers shall be 8-phase control control gear when field installed.
units. Volume-density timing features shall be provided on all
controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
l:,.a... Pin of n.-r:n plug Aall be wil;.,o,l AS FOLLOWS:
9-29.13( )B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
will be a por-tio;; of Headquai4ar& Mai@ P'2ghors, flash uaqsfar ;slays, load swiwhas, brvakarsr-lm�
Page-SP-54
Revision Date:May 19, 1997
' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Power Switches Computer Interface Unit
There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The
off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control
controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector
maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command
or load switching devices. information from the computer all in conformance and within the
capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
There shall be a switch in the cabinet identified as the stop SECTION 9-29.I3(7)D IS REVISED AND SUPPLEMENTED
time bypass switch. If the intersection is placed on flashing AS FOLLOWS:
operation either by the flash switch or the fail safe monitor, the 9-29.13( )D Controller Cabinets (RC, SA)
controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness
switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness GU"
normal cycling operation while the intersection remains in flashing mod;xad sheet aluminum, or cast aluminum. Cabinets shall be
operation. finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
DETECTOR test switch aluminum in color. As an alternate to painting, the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with:
(spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of
shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
The convenience outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the "off"
Fail Safe Unit position. A second switch shall be the auto-flash switch. When
placed in the "flash" position,controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the
shall monitor both the positive and negative portions of the A.C. auxiliary panel described later.
sine wave for all green, amber and pedestrian walk indications. c
The duration of a display of conflicting indications shall not be longAsopr-snaCabinet doors shall be gasketed
enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprene. They shall be equipped with
initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two-
the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of
The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind..
manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly.
e. The Controller cabinet shall have a load bay panel with at
Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer
relays; load switches; and, terminal blocks for termination of all
The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall
shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications).
damage the controller or any of its components. This load bay panel shall be mounted so that when the screws
are removed it will be possible to obtain full access to the
Field Wiring Terminal terminations on the back of the load bay panel.
There shall be a terminal strip for field wiring in the
controller cabinet. The terminals shall be numbered in accordance
with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE
numbering system is used for the cabinet wiring, then both FOLLOWING:
numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC)
drawing shall include the field wiring numbers where the terminal
strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless
terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head
provided. housings shall consist of separate sections and be expandable type
for vertical mounting. Lens shall be glass and meet I.T.E.
Specifications for light output. Reflectors shall be alzac. Each
signal head shall have a 114 inch drain hole in its base.
Page-SP-55
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC)
All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of
border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied
plates shall be finished with two coats of factory-applied traffic traffic signal g;eea- ely low baked enamel. The inside of visors,
signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of
back plates shall be finished with two coats of factory-applied flat flat black enamel.
black enamel.
Mounting hardware will provide for a rigid connection SECTION 9-29.I6(3)(RC)IS DELETED.
between the signal head and mast arm. All mounting hardware 9=19,16(3) Polyrairbonatia Tr-affic Sigoal-Headi;� (RC)
will be of the top-mount plumbizer type as shown on the standard
plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED.
Position of the signal heads shall be located as close as
possible to the center of the lanes. Signal heads shall be mounted
on the mast arm such that the red indicators lie in the same plane (RQ
and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED.
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other
miscellaneous mounting hardware shall be stainless steel. Heals (RC)
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS. SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS:
9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt (RQ
traffic signal lamp rated for 130430 volt operation, 595 minimum pitt"Ss for. T..,,e ,,,r and N .,,,,..,,ts Rhall be
initial lumen, 665 rated initial lumen, 8,000-hour minimum, uripaintad_All other-hardware for ether-mounts shall be painted
2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
traffic signal lamp. Twelve inch traffic signal heads require g4asa-baked enamel.
.1.7A130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS:
base. Bulbs shall be installed with the opening between the filament
ends up. 9-29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal. I
Housing (RC) Induction loop amplifiers installed with NEMA controls shall
9-29.16(2)B Signal
Each lens shall protected with a removable visor of conform to current NEMA specifications. Ampli€tets-iasta3�
with Type 1'7r1 co..+.olo shall ..oni ;m to"AT A
aluminum of the tunnel type, unless specified 46.
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS:
have square doors.
9-29.20 Pedestrian Signal (RC)
SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either ia-andescent fiber optic or
neon-grid type, or other types as specified in the contract.
9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for
Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
furnished and installed. Directional louvers shall be constructed to
have a snug fit in the signal visor. The outside cylinder shall be
constructed of aluminum , and the louvers shall
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract. of 4 , 2 :.,..tie.. high Symbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
SECTION 9-29.16(2)D HAS BEEN DELETED AND width.
REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with
two coats of factory applied traffic signal ely lowgseeu enamel.
9-29.16(2)D Back Plates (RC)
Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING I
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
half-hard aluminum sheet, 0.058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow in 9-29.20(The fiber
Fiber Optic Type (RC)
back. optics shall be drawn from optical glass of high
purity. The fibers shall be temperature resistant. The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
Page-SP-56
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH
53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall
thickness of at least 1.5 microns. The common end of each bundle 9-29.2 Painting (RC)
shall have a hexagonal bundle format. The common bundle end Thee finish
inish coat shall be a factory baked on enamel light grey
and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked
The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of
dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel.
of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of
to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12).
temperature changes aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING:
hours. The coating shall not dissolve during this period. The lamp
1 shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
together with the fiber shall produce a light intensity as high as (RC)
3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as
light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following
housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet.
aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker
signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers
bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type
Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp)
display shall not require a cone for magnification, and shall provide 5. Contactor relay for each circuit
a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240
light points. All components shall be fastened to the flat black volt
matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt 20 Amp single pole branch breaker (for
with no message legible. The low power consumption lamps shall utility plugs)
be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal
service
9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles
All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except
made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name
Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws.
a rugged plastic module. 12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
THE FOLLOWING:
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC)
electronic ballast no external transformer, and operate at 30 watts.
The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded
do not walk mode) in Portland orange and "Man" (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8"
wide x 5-7/8" deep and have a minimum of 16 terminals on the
mode) in lunar white. The message module shall consist of two
terminal blocks. The box shall be weather tight, have a single doo
neon gas tubes enclosed in a housing made of polycarbonate r
with continuous hinge on one side and screw hold downs on the
plastic. The lens material shall be polycarbonate plastic. The
visors shall be flat black in color. door locking side. All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box.
FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each
' terminal shall be separated by a marker strip. The marker strip
9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit number indicated in
The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post
on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with
buss bars and conductor terminals shall be copper or brass. The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with
complete with screens filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x II" deep and
cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock.
Page-SP-57
Revision Date:May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC)
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
SECTION 9-30.1(1)IS REVISED AS FOLLOWS:
SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED
9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING:
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC)
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in
conformance with the Standard Drawings.
All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker
Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water.
the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS
9-30.3 Valves FOLLOWS.
SECTION 9-30.3(I)HAS BEEN REVISED AS FOLLOW. 9-30.3(7) Combination Air Release/Air Vacuum
-
Valves (RC)
9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve, or
pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller equal.
Company No.A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail,
Approval of valves other than models specified shall be latest revision.
obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air
All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation ,
24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS.
Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation. 9-30.3(8) Tappht g Sleeve and Valve Assembly (RC)
Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron staialom stool,
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material.
and 0-ring stuffing box.
RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION:
Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC)
exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be#78 Kupferle Foundry
All external and internal ferrous metal surfaces of the gate Co. or approved
valve shall be coated for corrosion protection with fusion bonded equal• Installation of blow-off permanent blow-
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail,
parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off
assembly shall be installed at location(s)
requirements of AWWA Standard C-550 latest revision. Valves shown on the plans.shall be provided with two (2) internal 0-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall
valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans.
resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the
d new water mains will not be included under this item and shall be
directional flow. The stem shall be independent of the stem nut or .
integrally cast. considered incidental to the contract and no additional payment
Manufacturers of Resilient Seated gate Valves shall provide shall be made.
the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
specifications. FOLLOWING:
Valves shall be designed for a minimum water operating
pressure of 200 psi. 9-30.5 Hydrants (RC)
End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the '
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening.
Clow, M&H Style 3067,Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against pressure)
Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion
obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85.
in diameter shall include an 8"x24" cast iron gate valve box and
extensions, as required. SECTION 9-30.5(I) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
shall have a 1 inch by-pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details, latest revision. 9-30.50) End Connections (RC)
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal description.
Page-SP-58
Revision Date:May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant
THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions.
Fire hydrants shall be Corey type (opening with the pressure)
or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS:
valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 9-30.6(3) Service Pipe
nozzles with National Standard Threads 7 1/2 threads per inch and
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC)
per inch 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC)
The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS.
proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with
suitable neoprene gaskets for positive water tightness under test gripper ring.
pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS.
extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters(RC)
Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
1
Page-SP-59
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
SAX subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1 SECTION 2
02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION
CONDITIONS AND EMBANKI%IENT
(March 3, 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of
(March 3, 1997) Common Borrow is added.
"Embankments at Bridge and Trestle Ends"
"Increased or Decreased Quantities" revised. formula revised.
07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBILITIES TO THE PUBLIC
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 2-09.3(4)
new Amendment. Sub-section 1-07.9(5)
Required Documents is revised. Sub-section Construction Requirements, Structure Excavation,
Class B, Sub-section 2-09.4 Measurement, and
1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub-
"Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
PAYMENT "Measurement" drywells added.
(March 3, 1997)
"Payment for Material on Hand" revised. SECTION 3
10.AP1 SECTION 1-10, TEMPORARY TRAFFIC
CONTROL 02.AP3 SECTION 3-02, STOCKPILING
(March 3, 1997) AGGREGATES
A new Amendment. Sub-section 1-103(5) (March 3, 1997)
Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised.
Sub-section 1-10.5 Payment is added.
"Conformance to Established Standards", "Traffic SECTION 5
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
Page-SP-60
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-02.3(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular.
Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS
Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996) l
and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials
10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 1997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAIL
is supplemented with an additional item. Sub- (March 3, 1997)
section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised.
added.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
05.AP7 SECTION 7-05, MANHOLES, INLET'S, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATORSYSTEMSCATCH BASINS
(March 3, 1997) (March 3, 1997)
Revised to include drywells. New standard item Construction Requirements revised.
1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole". (March 3, 1997)
06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4)
ANCHORS Foundations is revised. Sub-section 8-20.3(13)A
(March 3, 1997) Light standards is added.
This section is deleted in its entirety. "Equipment List and Drawings" revised.
08.AP7 SECTION 7-08, GENERAL PIPE
21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQUIREMENTS (March 3, 1997)
(March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign
Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is
Sub-section 7-08.3(2)D Pipe Laying--Steel or added.
Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials"
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4Measurement is revised.
(March 3, 1997) "Materials" revised.
A new Amendment. Sub-section 7-17.3(2)C
Infiltration Test is revised. Sub-section 7-17.2
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7-18, SIDE SEWERS
(October 28, 1996)
Page-SP-61
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 9 10.AP9 SECTION 9-10, PILING
(September 30, 1996)
OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber
(September 30, 1996) Piling is revised. Sub-section 9=10.5 Steel Piling
A new Amendment. Sub-section 9-01.3 Tests and is revised.
Acceptance is revised to reference "Mill Test Use message revised.
Report Number". ILAP9 SECTION 9-11, WATERPROOFING
02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
(March 3, 1997) Asphalt waterproofing revised.
"Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS
03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997)
' (March 3, 1997) Revised.
A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS,
Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS
03.14(2) Select Borrow is revised.
"Gravel Backfill", revised to include drywells. (March 3, 1997)
"Concrete Slab Riprap" section deleted.
04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL
SEALING MATERIALS
(March 3, 1997) (March 3, 1997)
"Joint Mortar" revised. "Posts and Blocks", revised.
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
CULVERTS, AND CONDUITS (September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-17.1 General
A new Amendment. Sub-section 9-05.6(4) is revised.
Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM)
9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1)
Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
"Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub-
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised.
RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
(March 3, 1997) ELECTRICAL
A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996)
Strength Bolts is revised. A new Amendment. Sub-section 9-29.4
"High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised.
revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION
Specifications. GEOTEXTILE
09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-33.2
A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised.
Placing in Treating Cylinders is revised..
i
Page-SP-62
Revision Date:May 19, 1997
SPECIAL PROVISIONS
DIVISION 1
GENERAL REQUIREMENTS
The following Special Provisions are made a part of this contract and supersede any
conflicting provisions of the 1996 Standard Specifications for Road, Bridge and Municipal
Construction (English) including the American Public Works Association (APWA)
Supplement to the Division 1, and the foregoing amendments to the Standard
Specifications.
1-01 DEFINITIONS AND TERMS
1-01.2 Abbreviations
1-01.2(2) Items of Work and Units of Measurement
Supplement this section with the following:
ACP Asphalt Concrete Pavement
Conn. Connection
E East
Ex, Exist Existing
ID Inside Diameter
Inv. Invert
MON Monument
MUTCD Manual On Uniform Traffic Control Devices
N North
No. Number
OD Outside Diameter
PC Point of Curve
PT Point of Tangency
PI Point of Intersection
PCC Portland Cement Concrete
PVC Polyvinyl Chloride Pipe
R/W Right-of-Way
S South
SS Sanitary Sewer or Side Sewer
W West
1-02 BID PROCEDURES AND CONDITIONS
1-02.2 Plans and Specifications
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 1
SPECIAL PROVISIONS -Continued
See "Instructions to Bidders" and "Bidders Checklist" contained in the Contract
Documents herein for pre-bid information.
1-02.4 Examination of Plans, Specifications, and Site Work
1-02.4(1) General
Add the following to the end of Section 1-02.4(1):
Locations of existing utilities shown on the Drawings are approximate and some existing
utilities may have been omitted. It is the Contractor's responsibility to verify the locations
and elevations of existing pipelines, structures, grades, and utilities prior to construction.
The Owner assumes no responsibility for any conclusions or interpretations made by the
Contractor on the basis of the information made available.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests, and studies and obtain any
additional information and data which pertain to the physical conditions (surface,
subsurface, and underground utilities) at or contiguous to the site or otherwise which
may affect cost, progress, or performance of the work and which the Bidder deems
necessary to determine its Bid for performing the work in accordance with the time, price,
and other terms and conditions of the Contract Documents. The Bidder shall be
responsible for all costs associated with these additional examinations including all
restoration work and damages that may result of such investigation.
1-02.5 Proposal Forms
Delete the first sentence of this section and replace with the following:
The Proposal and associated forms are included in these Contract Documents under
Documents Submitted in Sealed Bid Package. These forms shall not be altered by the
bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and
"Schedule of Prices."
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids (Addition)
The Contract will be awarded to the lowest responsive, responsible bidder.
1-03.2 Award of Contract(Supplemental Section)
The Contract award or bid rejection will occur within 30 calendar days after bid opening.
1-04 SCOPE OF WORK
1-04.3 Project Coordination (New Section)
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 2
SPECIAL PROVISIONS -Continued
1-04.3 Project Coordination (New Section)
It shall be the responsibility of the Contractor to coordinate all work to be performed
under this contract, including the ordering and acquisition of all equipment and materials.
This coordination shall encompass all work to be performed by the Contractor, their
subcontractor, the City and any public utilities that may be involved.
1-04.4(1) Minor Changes (New Section)
This section is supplemented with the following:
Payment or credits for changes amounting to $5,000 or less may be made under the bid
item "Minor Change". At the discretion of the Contracting Agency, this procedure for
Minor Changes may be used in lieu of the more formal procedure as outlined in Section
1-04.4, Changes.
The Contractor will be provided a copy of the completed order for Minor Change. The
agreement for the Minor Change will be documented by signature of the Contractor, or
notation of verbal agreement. If the Contractor is in disagreement with anything required
by the order for Minor Change, the Contractor may protest the order as provided in
Section 1-04.5.
Payment or credits will be determined in accordance with Section 1-09.4. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for"Minor Change" in the Proposal to become a part of the total bid
by the Contractor.
1-04.12 Photographs (New Section)
The Contractor shall be required to provide comprehensive pre-construction and post
construction photographs of the entire site and adjoining properties. The photographs
shall provide complete coverage of all features.
Before construction may start, one 3-inch x 5-inch color glossy print of each exposure,
together with the negative, shall be delivered to the City. Photographs shall be taken in
and along the proposed project route where work is to be done, prior to commencing any
construction activities to include, storing, staging, pipe stringing, etc. The Contractor
shall have notified "one-call' and have all utilities marked in the field prior to and
immediately preceding pre-construction photograph activities. Special attention shall be
given to depict existing access roadway conditions, fences, building, trees, ditches,
culverts, meter boxes, etc. The photographs shall indicate the project name, date, and
the location where the photograph was taken. The Contractor shall assume for bidding
purposes that, as a minimum, pre and post construction photographs will be required at
50-foot intervals. More pictures may be needed at locations with numerous features and
landscaping. Approximately 300 to 400 pictures may be need for pre and post
construction.
The photographs shall be delivered and submitted to the City in a suitable black plastic
three-inch, three-ring binder(s) equipped with plastic inserts specifically designed and
manufactured for preserving photographs. The photographs shall be arranged in
continuous fashion indicating topographical features from one end of the project to the
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 3
SPECIAL PROVISIONS -Continued
other. The Contractor shall invite the Contracting Agency to the site during this work.
After construction is complete, including the punch list items, the Contractor shall take
photographs from the same vantage point and station as the pre-construction
photographs. A typed index shall be provided which identifies the location (by station,
street address, and direction) of each photograph. In addition, the date and time of the
photographs shall be noted. The photographs shall be of commercial quality, taken in
good light, and be clear in image.
The cost of providing photographs shall be considered incidental to the lump sum price
bid for "Mobilization and Demobilization".
1-06 CONTROL OF MATERIAL
1-06.1 Source of Supply and Quality of Materials (Supplemental Section)
No source has been provided for any materials necessary for the construction of this
improvement.
The Contractor shall arrange to obtain the necessary materials at this own expense, and
all costs of acquiring, producing, and placing this material in the finished work shall be
included in the unit contract prices for the various items involved.
If the sources of materials provided by the Contractor necessitates hauling over roads
other than City Streets, the Contractor shall, at his own cost and expense, make all
arrangements for the use of the haul routes.
1-06.7 Shop Drawings and Submittals (Additional Section)
1-06.7(1) General (Additional Section)
Shop drawings and submittal review will be limited to general design requirements only,
and shall not relieve the Contractor from responsibility for errors or omissions, or
responsibility for consequences due to deviations from the contract documents. No
changes may be made in any submittal after it has been reviewed except with written
notice and approval from the Owner.
By approving shop drawings, submittals, and any samples, the Contractor thereby
represents that he has determined and verified all field measurements, field construction
criteria, materials, catalog numbers, and similar data, and that he has checked and
coordinated each shop drawing with the requirements of the work and of the contract
documents.
Shop drawing and submittal data for each item shall contain sufficient information on
each item to determine if it is in compliance with the contract requirements.
Owner will pay the costs and provide review services for a first and second review of
each submittal item. Additional reviews shall be paid for by the Contractor by withholding
the appropriate amounts from each payment estimate.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 4
SPECIAL PROVISIONS -Continued
Shop drawings and submittal items that have been installed in the work but have not
been approved through the review process shall be removed and an approved product
shall be furnished, all at the Contractor's expense.
The Contractor shall review each submittal and provide approval in writing or by
stamping with a statement indicating that the submittal has been approved and the
Contractor has verified dimensional information, confirmed that specified criteria has
been met, and acknowledges that the product, method, or information will function as
intended.
1-06.7(2) Required Information (New Section)
Submit five copies of each submittal to the Engineer. Shop drawings and submittals
shall be submitted on 8'h"x11", 11"x17", or 22"04" sheets and shall contain the following
information:
1. Project
2. Contractor
3. Engineer
4. Owner
5. Applicable specification and drawings reference
6. A stamp showing that the Contractor has checked the equipment for
conformance with the contract requirements, coordination with other work on the
job, and dimensional suitability
7. A place for the Engineer to place a 3-inch by 4-inch review stamp
8. Shop or equipment drawings, dimensions, and weights
9. Catalog Information
10. Manufacturer's specifications
11. Special handling instructions
12. Maintenance requirements
13. List of contract exceptions
14. Other information as required by the Engineer
1-06.7(3) Review Schedule (Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible and transmitted
to Contractor not later than 30 working days after receipt by the Engineer. The
Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by
the need for resubmittal may not be a basis for an extension of contract time or delay
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 5
SPECIAL PROVISIONS -Continued
damages at the discretion of the Owner. At least one set of shop drawings will be
returned to the Contractor after review. Additional sets will be returned to the Contractor,
if remaining.
1-06.7(4) Substitutions (Additional Section)
Any product or construction method that does not meet these specifications will be
considered a substitution. Substitutions must be approved prior to their installation or
use on this project.
1-06.7(4)A After Contract Execution (Additional Section)
Within 30 days after the date of the contract execution, Owner will consider formal
requests from Contractor for substitution of products in place of those specified. Submit
two copies of request for substitution. Data shall include the necessary change in
construction methods, including a detailed description of proposed method and related
drawings illustrating methods. An itemized comparison of proposed substitution with
product or method specified shall be provided.
In making a request for substitution, Contractor represents that he has personally
investigated proposed product or method and has determined that it is equal or superior
to, in all respects, the product specified. Contractor shall coordinate installation of
accepted substitutions into the work, making changes that may be required for work to
be completed. Contractor waives all claims for additional costs related to substitutions
that consequently become apparent.
1 06.7(5) Submittal Requirements (Additional Section)
The Contractor shall provide the following submittal items to the Engineer. The
Contractor shall provide additional submittal information to the Engineer if required by
the Engineer.
1-06.7(4) Substitutions
5-04.2 Asphalt Concrete Pavement Materials
7-04.2 Storm Sewer Pipe Materials
7-05.2 Manhole and Catch Basin Materials
7-08.3(1)B Shoring
7-17.2 Sanitary Sewer Pipe Materials
7-17.3(1)B Pipe Bedding
7-17.3(1)C Pipe Foundation
7-17.3(1)D Trench Dewatering Plan
7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 6
SPECIAL PROVISIONS -Continued
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1(1) Archaeological Discoveries and Historic Preservation Clause
(Addition)
The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36
CFR 800 which provide for the preservation of potential historical, architectural,
archaeological, or cultural resources (herein called "cultural resources") and fair
compensation to the Contractor for delays resulting from such cultural resources
investigations.
In the event that potential cultural resources are discovered during subsurface
excavations at the site of construction, the following procedures shall be instituted:
1. The Owner shall issue a Work Suspension Order directing the Contractor to
cease all construction at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the Engineer shall contact a
qualified archaeologist in consultation with the State Historic Preservation Officer
(SHPO) to evaluate the remains.
3. Such Work Suspension Order shall be effective until such time as a qualified
archaeologist can be called by the Engineer to assess the significance of these
potential cultural resources and make recommendations to the State Historic
Preservation Officer. If the archaeologist, in consultation with the State Historic
Preservation, determines that the potential find is a significant cultural resource,
the Owner shall extend the duration of the Work Suspension Order.
4. Suspension of work at the location of the find shall not be grounds for any claim
by the Contractor unless the suspension extends beyond the contract working
days allowed for the project, in which case the Engineer will make an adjustment
for increased cost of performance of the contract.
1-07.2(1) State Sales Tax
Add the following to Section 1-07.2(1):
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to collect state sales tax from the City of Renton.
Payment of sales tax to the Washington State Department of Revenue is, under this
contract, required to be made by the Contractor. The Contractor shall, at the time of
making payment of sales tax, identify the work as having been performed within the City
of Renton and for the City of Renton.
1-07.5 Wildlife, Fisheries, and Ecology Regulations (Addition)
The Contractor shall comply with all construction related provisions of the Short-Term
Water Quality Exceedence permit and other permits obtained by the City.
The Contractor shall be responsible for making any changes required by the agencies,
and payment of any fines, for violation of any construction related permit provisions. The
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 7
SPECIAL PROVISIONS -Continued ,
City will not make additional compensation for any changes or fines due to the
Contractor's violation of construction provisions. ,
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented with the following:
The Contractor shall meet the required provisions of all permits, the cost of which is to be
included in the various lump sum and unit prices bid. The Contractor shall not use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of
the waters of the State or materials from gravel or sand bars, or from streambeds.
The Contractor shall comply with all requirements in said permit documents and all costs
shall be included in the various unit and lump sum prices bid.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
Add the following:
Whether or not there appears here or elsewhere herein specific reference to guarantees
of all items of materials, equipment, and workmanship, they nevertheless shall be so
guaranteed against mechanical, structural, or other defects for which the Contractor is
responsible that may develop or become evident within a period of one year from and
after acceptance of the work by the Owner. Such guarantees shall include care of
backfilling at structures should the fill settle to such extent as to require refilling or
resurfacing roadway surfaces to restore the original or intended condition to grade.
This guarantee shall be understood to imply prompt attention to any remedy of such
defects as those mentioned above if and as they occur after the Contractor shall have
written notice of their existence. If the defect, in the opinion of the Owner, is of such
nature as to demand immediate repair, the Owner shall have the right to correct and cost
thereof shall be borne by the Contractor.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property (Supplemental Section)
Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks,
driveways, and rockeries within the work area shall be removed and restored to the
satisfaction of the property owner. It shall be the Contractor's responsibility to notify
each property owner when it is necessary to remove such improvements to facilitate the
Contractor's progress, and to remove those improvements to locations requested by the
property owner or to restore them in their original condition as possible. All lawn within
the area to be disturbed by the Contractor's operations shall be cut with a sod-cutting
machine, removed and disposed. The disturbed lawn area shall be restored, after trench
is back-filled and compacted. Restoration shall consist of placing 4-inch compacted
topsoil, hydro seed, fertilizer, and mulch. Disturbed lawn areas, after replacement of
topsoil, re-seed, fertilizer, and mulch shall be watered a minimum of four (4) separate
times a week for three weeks. The Contractor shall periodically water, as needed
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 8
SPECIAL PROVISIONS -Continued
depending on temperature. The water shall be of such duration as to soak the seeded
areas thoroughly and promote good root growth.
Such removal and restoration shall be considered under the bid items "Removal of
Structure and Obstruction", "Restore Existing Landscaping" and "Removal / Relocate
Existing Fence".
1-07.16(3)A Protection and Restoration of Existing Markers and Monuments
All existing survey monuments and property corner markers shall be protected from
movement or damage by the Contractor. All existing markers and/or monuments that
are damaged or removed for construction purposes shall be referenced by survey ties
and then replaced by the Contractor. The Contractor shall coordinate work with the City
Engineer and City staff to reference the markers and/or monuments and return and
replace them, as required by state law. All existing property corner markers disturbed or
removed by the Contractor's operations shall be replaced at the Contractor's own
expense.
1-07.16(5) Utility Service (New Section)
The Contractor shall maintain the operational service of water distribution mains, and
storm drainage mains at all times. Upon approval by the Engineer, individual water
service pipes may be off line for 4 hours and catch basins for 8 hours. Sanitary sewer
service systems shall be maintained operational in as continuous a manner as possible.
No sewer service will be allowed to be shut down for more than 8 hours per day. Where
services are to be shut down, affected parties and the Engineer shall be notified in
writing at least 72 hours in advance of the time and period of shut-down. The Contractor
shall make every effort to keep shut down schedules to periods of anticipated minimum
usage and for the least period of time. Where services are planned to be temporarily
shut down, affected parties shall be notified in writing at least 48 hours and not more
than 72 hours in advance of the time and period of shut-down. The Contractor shall
make every effort to keep shut down scheduled to periods of anticipated minimum usage
and for the least period of time.
1-07.16(6) Restoration of Property (New Section)
The Contractor shall protect property in the vicinity of the work site and in instances of
destruction or damage, restore the item to pre-construction condition at the Contractor's
expense.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 of the APWA Division 1 General Requirements is supplemented per the
Supplemental Specifications and with the following by the following:
The locations and dimensions shown in the Plans for existing buried facilities are in
accordance with available information obtained without uncovering, measuring, or other
verification. It shall be the Contractor's responsibility to verify and/or determine the
correct location of all utilities, public and private, that may be affected by his/her work
under this contract. The Owner assumes no responsibility for improper locations or
failure to show in advance of pipe installation to verify that the required vertical and
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 9
SPECIAL PROVISIONS -Continued
horizontal clearances exist. Any adjustment to pipe location and elevation must be
approved by the Engineer prior to installation.
The Contractor shall check with the utility companies concerning any possible conflict
prior to commencing excavation in any area, as not all utilities may be shown or correctly
located on the Plans. 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. 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.
The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to
underground utilities. Any cost to the Contractor incurred as a result of this law shall be
at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: ,
RCW 19.122 UNDERGROUND UTILITIES
19.122.010 Intent
It is the intent of the legislature in enacting this chapter to assign responsibilities for
locating and keeping accurate records of utility locations, protecting and repairing
damage to existing underground facilities, and protecting the public health and safety
from interruption in utility services caused by damage to existing underground utility
facilities (1984 c 144 1.)
19.122.020 Definitions
Unless the context clearly requires otherwise, the definitions in this section apply through
out this chapter.
A. "Business day" means any day other than Saturday, Sunday, or a legal local, state,
or federal holiday.
B. "Damage" includes the substantial weakening of structural or lateral support of an
underground facility, penetration, impairment, or destruction of any underground
protective coating, housing, or other protective device, or the severance, partial or
complete, of any underground facility to the extent that the project owner or the affected
utility owner determines that repairs are required.
C. "Emergency" means any condition constituting a clear and present danger to life or
property, or a customer service outage.
D. "Excavation" means any operation in which earth, rock, or other material on or
below the ground is moved or otherwise displaced by any means, except the tilling of soil
less than twelve inches in depth for agricultural purposes, or road and ditch maintenance
that does not change the original road grade or ditch flow line.
E. "Excavator" means any person who engages directly in excavation.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 10
SPECIAL PROVISIONS -Continued
F. "Identified facility" means any underground facility which is indicated in the project
Plans as being located within the area of proposed excavation.
G. "Identified but un-locatable underground facility" means an underground facility
which has been identified but cannot be located with reasonable accuracy.
H. "Locatable underground facility" means an underground facility which can be field-
marked with reasonable accuracy.
I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to
show the field location of underground facilities, in accordance with the current color
code standard of the American Public Works Association. Markings shall include
identification letters indicating the specific type of the underground facility.
J. "Person" means an individual, partnership, franchise holder, association,
corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and
its employees, agents, or legal representatives.
K. Reasonable accuracy means location within twenty-four inches of the outside
dimensions of both sides of an underground facility.
L. "Underground facility" means any item buried or placed below for use in connection
with the storage or conveyance of water, sewage, electronic, telephonic or telegraphic
communications, cablevision, electronic energy, petroleum products, gas, gaseous
vapors, hazardous liquid, or other substances and including but not limited to pipes,
sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of
poles or anchors below ground.
M. "One-number locator service" means a service through which a person can notify
utilities and request field-marking of underground facilities. (1984 c 144 2.)
19.122.030 Notice of excavation to owners of underground
I facilities - One-number locator service - Time for notice - Marking of underground
facilities - Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled
commencement of excavation to all owners of underground facilities through a one-
number locator service. All owners of underground facilities within a one-number locator
I service area shall subscribe to the service. One number locator service rates for cable
television companies will be based on the amount of their underground facilities. If no
one-number locator service is available, notice shall be provided individually to those
owners of underground facilities known to or suspected of having underground facilities
within the area of proposed excavation. The notice shall be communicated to the
owners of underground facilities not less than two business days or more than ten
business days before the scheduled date for commencement of excavation, unless
otherwise agreed by the parties.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 1
SPECIAL PROVISIONS -Continued
Upon receipt of the notice provided for in this section, the owner of the underground
facility shall provide the excavator with reasonably accurate information as to its
locatable underground facilities by surface-marking the location of the facilities. If there
are identified but un-locatable underground facilities, the owner of such facilities shall
provide the excavator with the best available information as to their locations. The owner
of the underground facility providing the information shall respond no later than two
business days after the receipt of the notice or before the excavation time, at the option
of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until '
all know facilities have been marked. Once marked by the owner of the underground
facility, the excavator is responsible for maintaining the markings. Excavators shall have
the right to receive compensation from the owner of the underground facility for costs
incurred if the owner of the underground facility does not locate its facilities in
accordance with this section.
The Owner of the underground facility shall have the right to receive compensation for '
costs incurred in responding to excavation notices given less than two business days
prior to the excavation from the excavator.
An owner of underground facilities is not required to indicate the presence of existing
service laterals or appurtenances if the presence of existing service laterals or
appurtenances on the site of the construction project can be determined from the
presence of other visible facilities, such as buildings, manholes, or meter and junction
boxes on or adjacent to the construction site.
Emergency excavations are exempt from the time requirements for notification provided
in this section.
If the excavator, while performing the contract, discovers underground facilities which are
not identified, the excavator shall cease excavating in the vicinity of the facility and
immediately notify the owner or operator of such facilities, or the one-number locator
service. (1988 c99 1; 1984 c 144 3.)
19.122.040 Underground facilities identified in bid or contract
- Excavator's duty of reasonable care - Liability for damages -Attorney's Fees.
A. Project owners shall indicate in bid or contract documents the existence of
underground facilities known by the project owner to be located within the proposed area
of excavation. The following shall be deemed changed or differing site conditions:
1. An underground facility not identified as required by this chapter or other provision
of law; and
2. An underground facility not located, as required by this chapter or other provision of r
law, by the project owner or excavator if the project owner or excavator is also a utility.
B. An excavator shall use reasonable care to avoid damaging underground facilities.
An excavator shall:
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 12
SPECIAL PROVISIONS -Continued
1. Determine the precise location of underground facilities which have been marked;
! 2. Plan the excavation to avoid damage to or minimize interference with underground
facilities in and near the excavation area; and
3. Provide such support for underground facilities in and near the construction area,
including during backfill operations, as may be reasonably necessary for the protection of
such facilities.
C. If an underground facility is damaged and such damage is the consequence of the
failure to fulfill an obligation under this chapter, the party failing to perform that obligation
shall be liable for any damages. Any clause in an excavation contract which attempts to
allocate liability, or requires indemnification to shift the economic consequences of
liability, different from the provisions of the chapter is against public policy and
unenforceable. Nothing in this chapter prevents the parties to an excavation contract
from contracting with respect to the allocation of risk for changed or differing site
conditions.
D. In any action brought under this section, the prevailing party 1s entitled to
reasonable attorney's fees. (1984 c 144 4.)
19.122.05 Damage to underground facility - No notification
by excavator- Repairs or relocation of facility
A. An excavator who, in the course of excavation, contacts or damages an
underground facility shall notify the utility owning or operating such facility and the one-
number locator service. If the damage causes an emergency condition, the excavator
causing the damage shall also alert the appropriate local public safety agencies and take
all appropriate steps to ensure the public safety. No damaged underground facility may
be buried until it is repaired or relocated.
B. The owner of the underground facilities damaged shall arrange for repairs or
relocation as soon as is practical or may permit the excavator to do necessary repairs or
relocation at a mutually acceptable price. (198 c 144 5).
19.122.060 Exemption from notice and marking requirements
for property owners
An excavation of less than twelve inches in vertical depth on private non-commercial
property shall be exempt from the requirements of RCW 19.122.030, if the excavation is
being performed by the person or an employee of the person who owns or occupies the
property on which the excavation is being performed. (1984 c 144 6.)
19.122.070 Civil penalties - Treble damages - Existing
remedies not affected
A. Any person who violates any provision of this chapter, and which violation results in
damage to underground facilities, is subject to a civil penalty of not more than one
INE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 13
SPECIAL PROVISIONS -Continued
thousand dollars for each violation. All penalties recovered in such actions shall be
deposited in the general fund.
B. Any excavator who willfully or maliciously damages a field-marked underground
facility shall be liable for treble the costs incurred in repairing or relocating the facility. In
those cases in which an excavator fails to notify known underground facility owners or
the one-number locator service, any damage to the underground facility shall be deemed
willful and malicious and shall be subject to treble damages for costs incurred in
repairing or relocating the facility.
C. The chapter does not affect any civil remedies for personal injury or for property
damage, including that to underground facilities, nor does this chapter crest any new civil
remedies for such damage. (1984 c 144 7.)
19.122.080 Waiver of notification and marking requirements
The notification and marking provisions of this chapter may be waived for one or more
designated persons by an underground facility owner with respect to all or part of that 1
underground facility owner's own underground facilities (1984 c 144 9.)
19.122.900 Severability - 1984 c 144
If any provisions of this act or its application to any person or circumstance is held
invalid, the remainder of the act or the application of the provision to other persons or
circumstances is not affected. (1984 c 144 9.)
1-07.18(1) General (Revised)
The Owner shall be given 45 days prior written notice by certified mail of any
cancellation, reduction or modification of the insurance.
1-07.18(3) Limits (Addition) ,
The limits of liability for the insurance required shall provide coverage for not less than
the following amounts or greater where required by Laws and Regulations:
A. Worker's Compensation: (under limits of liability stated on the City of Renton
Insurance Information for enclosed within Attachment A).
B. Comprehensive General Liability: (under limits of liability stated on the City of ,
Renton Insurance Information for enclosed within Attachment A).
Policies shall include premises/operations, products, completed operations,
independent Contractors, Owners and Contractors protective, Explosion,
Collapse, Underground Hazard, Broad for Contractual, Person Injury with
employment exclusion deleted, and Broad From Property Damage.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 14
SPECIAL PROVISIONS -Continued
C. Comprehensive Automobile Liability: (under limits of liability stated on the City of
Renton Insurance Information form enclosed within Attachment A) including
Owned, Hired, and Non-owned Vehicles.
D. The Contractor will be required as part of the insurance provided to complete and
submit the attached City of Renton Insurance Information form, and Policy
Declaration pages, Endorsement and Coverage Questionnaire forms included in
Attachment A of these Contract Documents, prior to Notice to Proceed.
Policies shall also specify insurance provided by Contractor will be considered
primary and not contributory to any other insurance available to the Owner or the
Engineer.
All policies shall provide for 45 days written notice prior to any cancellation or
non-renewable of insurance policies required under Contract. "Will endeavor"
and "but failure to mail such notice shall impose no obligation or liability of any
kind upon the Company, its agents or representatives" wording will be deleted
from certificates.
Policies shall be provided only by companies with an "Alfred M. Best Rating" of
not less than Al2.
1-07.18(4) Endorsement (Addition)
The Contractor shall also name the Owner and Engineer, and their officers, directors,
agents, and employees as "additional insureds" under the insurance policies.
Subsequent to award of the contract the Contractor shall submit to the Owner the
following:
1. City of Renton Insurance Information in the form Attachment A herein without
modification and policy declaration pages obtained from the insurance carrier.
2. Insurance Questionnaire (enclosed within Attachment A herein) completely filled
out and appropriate executed.
3. Insurance Endorsement (enclosed with Attachment A herein) executed by an
appropriate representative of the insurance company(ies).
1-07.28 Responsibility for Damage; Indemnification (New Section)
The Contractor hereby agrees to indemnity and save the City harmless from all loss or
damage occasioned to the City, or to any third person (including Contractor's or
subcontractors' employees), by reason of any acts or omissions on the part of the
Contractors, subcontractors, agents, employees, or persons working directly of indirectly
in the performance of the contract, including acts or omissions attributable jointly to the
City, its officers, agents, or employees (but excluding those attributable solely to the
negligence of the City, its officers, or employees) and shall, after reasonable notice
thereof, defend and pay the expense of defending any suit which may be commenced
against the City by any third person alleging injury by reason of such acts or omissions,
and will pay any judgement which may be obtained against the City in such suit. The
Contractor agrees to repair and replace all property of the City and all property of others
' NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 15
SPECIAL PROVISIONS -Continued
damaged by itself, its employees, its subcontractors, and agents. In this regard, the
Contractor recognizes that Contractor is waiving immunity under Industrial Insurance
Law Title 51 RCW. This indemnification extends to the officials, officers, and employees
of the City and also includes attorneys' fees and the costs of establishing the right to
indemnification thereof in favor of the City of Renton.
In the event Contractor fails, after receipt of timely notice from the City, to appear,
defend, or pay as required by the first paragraph of this section, then in that event and in ,
that event only, the City may in its sole discretion, deduct from the progress payments to
the Contractor and pay any amount sufficient to pay any claim, or which the City may
have knowledge and regardless of the informalities of notice of such claim, arising out of
the performance of this contract, provided the City has therefore given notice of receipt
of such claim to the Contractor and the Contractor has failed to act thereon.
The Contractor acknowledges, and by signing this contract, agrees that the
indemnification provisions set forth in this section, including the industrial insurance
immunity waiver, are totally and fully a part of this contract and within the context of the
competitive bidding laws have been mutually negotiated by the parties.
It is understood that the whole of the work is to be done at the Contractor's risk, and that
he has familiarized himself with the conditions of excavation, backfill, materials, climatic
conditions and other contingencies likely to affect the work and has made his bid
accordingly and that he is to assume the responsibility and risk of all loss or damage to
materials of work which may arise from any cause whatsoever prior to completion.
1-08 PROSECUTION AND PROGRESS
1-08.1(3) Hours of Work (Addition)
Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00
p.m. unless otherwise approved in advance by the City. The Contractor may request in
writing permission to start before 7:00 a.m. The Engineer may revoke approval for work
before 7:00 a.m. at any time if the City receives noise complaints.
Truck hauling shall be limited to the hours of 8:30 a.m. to 3:30 p.m. on arterial streets.
The Contractor shall give a minimum 48 hours notice to the City prior to work on any ,
roadway and shall do no work on the roadway without a traffic control plan approved by
the City Traffic Engineer.
Work on weekends will not be allowed, except as approved in writing by the Engineer. j
1-08.3 Progress Schedule (Addition)
Add the following:
The order of work except as may otherwise be outlined herein will be at the Contractor's
option, in keeping with good construction practice. The work shall be scheduled and
constructed in accordance with the various permits and franchise requirements and/or
conditions.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 16 '
SPECIAL PROVISIONS -Continued
■
Prior to starting construction, the Contractor shall furnish the Contracting Agency with a
construction program, indicating thereon his/her proposed schedule and method of
processing the work.
As a first order of work, the Contractor shall prepare a detailed erosion control plan
and project schedule and transmit then to the Owner three days prior to a pre-
construction meeting.
As a second order of work, the Contractor shall attend a mandatory pre-construction
meeting.
As a third order of work, the Contractor shall provide material submittals.
As a fourth order of work, the Contractor shall call 1-CALL (1-800-424-5555) and have
utilities "marked" in the field by the various utility owners. After the ground surfaces have
been "marked", the Contractor shall, as a fifth order of work, provide for the
photographing of the entire project site. This activity must be completed and the
photographs and negatives delivered to the Contracting Agency as required and further
specified in Section 1-04 prior to any excavation, asphalt cutting, mobilization, staging, or
any other work items being performed.
As a sixth order of work, the Contractor shall pothole existing utilities as specifically
noted on the Plans or as otherwise may be required.
The remaining order of work shall be at the Contractor's option, in keeping with generally
accepted, good construction practice. However, the Contractor shall coordinate work "by
others" which will effect mobilization and demobilization efforts. He/she shall additionally
perform all underground utility construction prior to installing any gravel base roadway
material
As a second to last order of work, the Contractor shall submit Record Drawings. After
all preliminary and final "punch list" items have been satisfactorily completed, then, as a
last order of work, the Contractor shall provide post-construction photographs.
The Contractor shall so schedule his/her work such that all costs of complying with this
"Order of Work" will be considered incidental to the Project, and as such, merged in the
various items bid.
tThe Contractor shall conduct the order of work to allow all existing facilities to remain
operational except as noted herein during the construction of this Project, and to
minimize disruption of any utility service.
1-08.5 Time for Completion (Additional Section)
The Contractor shall complete all work within the working days specified in this section
and within the Contract Documents. Failure to complete the work prior to this date shall
be grounds for implementation of liquidated damages in accordance with section 1-08.9
and may require termination of contract in accordance with section 1-08.10.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 17
SPECIAL PROVISIONS -Continued ,
1-08.13 Compensation for Overtime Work (New Section)
Add the following section:
The Owner reserves the right to charge the Contractor and may deduct from periodical
and final payment, labor expenses attributed to administrative, engineering, and
inspection work incurred by the Owner for overtime work associated with the project
construction. The Contractor shall pay to the Owner the costs of certain engineering and
inspection expenses in the event that the Owner should grant an extension(s) of time
because of avoidable delay.
The amount of said expenses shall be computed and determined on the basis of an
itemized schedule of engineering and inspection labor charges determined for the actual
hours of labor performed beyond a forty-hour work week, or beyond the schedule date of
completion. ,
1-09 MEASUREMENT AND PAYMENT '
1-09.8 Payment for Material On Hand (Addition)
Section 1-09.8 of the Standard Specifications is supplemented with the following:
The Contractor is cautioned against placing orders for full quantities of materials until the
work has advanced to a state permitting the determination of the exact quantities
required.
Estimates of quantities of materials furnished by the Engineer are understood to be
approximate only and, unless otherwise specified, the City will in no way be responsible
for any increased costs or extra expenses that the Contractor may have to bear on
account of materials or work not being ordered at some earlier date.
Payment for"Material on Hand" will be made only when considered desirable and
appropriate by the City. The City reserves the right to make the final determination as to
whether payment will be made for "Material on Hand".
1-09.9 Payments
Supplemented this section with the following: ,
"Basis of Payment" In consideration of the faithful performance of all the covenants,
stipulations, and agreements of this Contract to be kept and performed by the
Contractor, the City covenants and agrees to pay the Contractor the amount bid as
adjusted when so stipulated in the Contractor's proposal for the work actually performed
as determined by the final estimate of the Engineer, less any deductions for failure to
complete the work within the time specified; and less any deductions for claims and
damages paid by the City due to acts or omissions of the Contractor and for which
he/she is liable under this Contract.
Items or work clearly indicated in the Plans or in the Specifications as work under this
Contract but for which an item has not been set forth in the proposal shall be included in
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 18
SPECIAL PROVISIONS -Continued
other items of work. Failure to do so will not relieve the Contractor of his responsibility to
perform the work indicated and no other compensation will be allowed.
1-09.9(2) Retainage
Section 1-09.9(2) of the APWA Division 1 General Conditions is supplemented with the
following:
Upon completion of the project the retainage shall be returned to the Contractor when all
of the following are satisfied:
1. The Contractor and each Subcontractor shall submit to the City of Renton, and to
the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing
Wages."
2. Following the acceptance of the project, the Contractor and each Subcontractor
shall submit to the City of Renton, and to the Department of Labor and Industries,
and "Affidavit of Wages Paid". This affidavit certifies that all prevailing wage
requirements have been met.
3. The Contractor shall submit a "Request to Release" to the Department of Labor
and Industries. That agency provides the form.
4. At least 30 days have elapsed since final acceptance of the project by the City of
Renton at one of its regularly scheduled meetings.
5. The City Clerk must have received a "Release" for the project from the
Department of Labor and Industries and a "Release" from the Department of
Revenue.
6. The City Clerk must have received a letter from the Contractor, on the
Contractor's letterhead, stating that all bills and wages have been paid on this
project.
1-09.14 Payment Schedule (New Section)
GENERAL— Scope
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 regulations of
public agencies having jurisdiction, including Safety and Health Administration of
the US Department of Labor (OSHA).
B. The Owner shall not pay for material quantities that exceed the actual measured
amount used and approved by the ENGINEER.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 1
SPECIAL PROVISIONS -Continued
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 various
bid prices. No separate payment will be made for these items.
j
1
r
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 20
SPECIAL PROVISIONS -Continued
1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid, which determines the low bidder for this
project.
Bid Item 1: Mobilization and Demobilization (LS)
Measurement of Mobilization and Demobilization shall be per lump sum. Seventy
percent (70%) of this item will be paid after the Contractor is fully in operation and
construction of the Project has began; thirty percent (30%) of this item will be included in
the estimate issued at the completion of the work provided that all equipment has been
removed from the Project, record drawings are submitted and approved by the Owner,
photographing, and the cleanup is acceptable to the Owner.
The lump sum contract price for Mobilization and Demobilization shall be full
compensation for providing, furnishing, and installing all work and materials necessary to
move or organize equipment and personnel onto the site, provide and maintain support
facilities, cleanup the project site once construction is completed, and obtain all
necessary permits, licenses, and bonds.
The Contractor shall prepare a Mobilization and Demobilization Plan showing the
proposed location for storage of all equipment and material proposed to be located at the
site. Any storage within the City R/W shall not interfere with the traffic control and
erosion control plans, and the use of traffic lanes.
The Contractor shall obtain a Temporary Use Permit for any 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, which shall include the following:
A. Proposed construction sequence and schedule for all major items of work.
1 B. Mobilization and Demobilization Plan showing the proposed location for
storage of all equipment and materials, and the removal of all equipment and
materials following the completion of construction and the removal of traffic
and erosion controls.
C. Erosion Control Plan for all stages of the project.
D. Traffic Control Plan.
E. A plan to provide for cleaning and sweeping of any impacted roadways
outside the limits of the construction area following completion of construction
and the removal of traffic and erosion controls.
The Work Plan shall be submitted to the City for review, revision, and approval within 10
days of the contract award.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 21
SPECIAL PROVISIONS -Continued ,
As part of this bid item the Contractor shall take comprehensive pre- and post-
construction photographs documenting the construction site and landscaping and ,
improvements on adjacent properties that may be affected by construction per Special
Provisions Section 1-04.12. Approximately 500 photos may be needed.
Surveying, Staking, and As-built Drawings LS
Bid Item 2: Constructiony g, g, g ( )
Measurement for Construction Surveying, Staking, and As-built Drawings shall be per ,
lump sum.
The lump sum contract price for Construction Surveying, Staking, and As-built Drawings
shall be full compensation for furnishing all materials, labor, tools, and equipment
necessary as provided in the Supplemental Specifications Sections 1-05.5(4) and 1-
05.5(5). All survey work shall be done under the direct supervision of a qualified
surveyor licensed by the State of Washington, and in accordance with the City of Renton
Surveying Standards.
The Contractor's surveyor shall provide the City with field books, as-built notes, prints ,
with the existing utilities encountered and locations, and surveyor's seal and signature
per Supplemental Specification Section 1-05.5(5). The surveyor shall provide the as-
built drawing stamp and signature on the City mylar plan sheets, after the City adds the
as-built drawing information.
At the end of the project the Surveyor shall submit a plan sheet showing all City
monuments and street centerline monuments in the construction area (NE 7th ST and
Monroe Ave NE) and giving their x, y, and z coordinates. The Surveyor shall establish
new reference points to existing street monuments where construction destroys an
existing reference point (curbs, sidewalks, etc.). The Survey shall submit a new City of
Renton Monument card with the updated monument and reference point information.
The City will provide base grade plan sheets for the surveyor's use.
Bid Item 3: Traffic Control (LS)
Measurement of Traffic Control shall be per lump sum.
The lump sum contract price for Traffic Control shall be full compensation for all
materials, labor, tools, and equipment required to provide traffic control during the
duration of construction, including mobilization and demobilization.
The Contractor shall prepare a Traffic Control Plan for review and approval by the City.
The Plan shall address the proposed working areas, signage, flaggers, contractor
access to the working area, truck and equipment haul routes, and public access during
construction.
Allowable work hours are given in Special Provisions Section 1-08.1(3).
Actual work hours will be approved in the Traffic Control Plan. The City may revise the
work hours to address traffic problems or neighborhood complaints.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 22
SPECIAL PROVISIONS -Continued
During the winter (Nov. — Mar.) the City may restrict the work hours in Monroe Ave to
1 8:00 am to 4:00 pm.
The Contractor is responsible for controlling mud and dust on any route used by trucks
or equipment, as noted in the Supplemental Specifications Section 1-07.23. The
Contractor shall be prepared to use power sweepers, watering trucks, and other means
necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned
immediately. No additional payment will be made for this work.
Payment for this item will be prorated over the construction period.
Bid Item 4: Temporary Water Pollution / Erosion Control (LS)
' Measurement of Temporary Water Pollution / Erosion Control shall be per lump sum.
The lump sum contract price for Temporary Water Pollution / Erosion Control shall be full
compensation for all materials, labor, tools, and equipment required to furnish, install,
and maintain the temporary erosion control measures as shown on the Plans, and as
directed by the Engineer, and as specified in the Special Provisions. Temporary erosion
control consists of all activities needed to prevent soil erosion on the project site, creation
of sediment laden water, and migration of sediment laden water into the City drainage
system, other water courses, or private property.
Temporary erosion control includes catch basin protection, filter fabric fences, placement
of plastic sheets over exposed soil and stockpiles, seeding, mulching, netting, cleaning
catch basins, sweeping, etc., and any other activities needed to control erosion from the
project. The surface water control requirements of King County shall apply and the King
' County, Washington, Surface Water Design Manual shall be used for the design of all
facilities.
The Contractor shall cover all soil stockpiles at the end of each working day with plastic
sheeting securely anchored against the wind. Runoof from the sheeting shall be directed
to the City stormwater system, and shall not impact private property.
1 The Contractor shall develop a "red lined" erosion control plan and submit it to the City
for review and approval. The Plan shall be based on the King County Surface Water
Design Manual, as adopted by the City of Renton, and proper construction practices.
After the erosion control system is installed the Contractor shall make any field
adjustments necessary to reduce or eliminate any erosion and discharge of sediment-
laden water.
Payment for this item will be prorated over the construction period.
Bid Item 5: Trench Shoring and Excavation Safety Systems (LS)
Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum.
The lump sum contract price for Trench Shoring and Excavation Safety Systems shall
cover the complete cost of furnishing, installing, and removing adequate shoring and
support for all excavations to provide safe access for workers, prevent soil sluffing, soil
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 23
i
SPECIAL PROVISIONS -Continued
loss, damage to pavement, structures, utilities, and ground adjacent to the excavation.
Trench Excavation Safety Systems shall comply with WAC 296-155 Part N, Standard
Specifications Section 2-09.3(3), Special Provision Section 7-08.3(1)B, and all other
applicable State and Federal regulations.
The Contractor shall submit a Shoring Plan to the City showing how shoring will be '
accomplished and detailing the techniques and equipment that will be used. Shoring
shall be capable of supporting all earth loads and traffic loads. This bid item shall apply
to all excavations needed for the project.
Payment for this item will be prorated over the construction period.
Bid Item 6: Locate and Protect Existing Utilities (LS)
Measurement of Locate and Protect Existing Utilities shall be per lump sum. j
The lump sum contract price for Locate and Protect Existing Utilities shall be full
compensation for locating and/or protecting all existing utilities, as may be required
during the course of the project. This shall include, but is not limited to all costs of
digging exploratory pits and protecting/restraining existing utilities during excavation for
the water, sewer, gas, and storm drainage lines.
- 7.17 f he Supplemental Specifications.
This bid item 1s further subject to Section 1 0 o t S pp p
Payment for this item will be prorated over the construction period.
Bid Item 7: Removal of Structure and Obstruction (LS) ,
Measurement of Removal of Structure and Obstruction shall be per lump sum.
The lump sum contract price for Removal of Structure and Obstruction shall be full
compensation for furnishing all tools, labor, equipment, materials and incidentals
necessary for removing, relocating, wastehauling, disposal, and delivery of items as
noted on the Plans and as described herein. ,
This bid item shall also include the removal, replacement, and/or relocation of surface
features not included under other bid items. These features include mailboxes, utility
boxes and vaults, power poles, sidewalks, driveways, pavement, curbs, and other
miscellaneous material that requires removal for project construction.
The Contractor is responsible for maintaining access to residential driveways at all times
except when constructing the new system across a driveway. The contractor shall notify
each resident at least one day ahead of time when their driveway may be inaccessible
during working hours. Access to residential driveways shall be restored at the end of
each working day. Temporary asphalt and/or gravel paving will be used where needed
to maintain driveway access and prevent muddy conditions from inconveniencing
residents. Asphalt and gravel will be paid for under separate bid items.
All existing manholes, catch basins, and pipes as noted on the Plans to be removed shall
be completely removed, including the base, and hauled offsite for disposal. The lump
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 24
SPECIAL PROVISIONS -Continued
sum contract price includes all labor, materials, equipment, excavation, disconnection
from the existing system, placement and compaction of backfill material, hauling, and
proper disposal of the manhole/catch basin, asphalt, concrete, and/or other excess and
unsuitable materials, and all other items and work necessary to complete this item of
work. This item includes plugging all pipes at all locations shown on the plans and
needed for construction.
The Contractor shall coordinate with the appropriate utility companies for the removal,
replacement, and/or relocation of utility boxes and vaults and power poles. The removal,
replacement, and/or relocation of mailboxes during construction shall be per Standard
Specification Section 8-18.3, as directed by the Engineer, and as specified in the Special
Provisions.
Waste materials shall be disposed of at an approved and licensed site, or recycling
facility, per Standard Specification Section 2-03.3(7)C-
' Payment for this item will be prorated over the construction period.
Bid Item 8: Abandonment of Existing Catch Basin and Manhole (EA)
Measurement of Abandonment of Existing Catch Basin and Manhole shall be per each.
The unit contract price per each for Abandonment of Existing Catch Basin and Manhole
shall be full compensation for all tools, labor, equipment, materials and incidentals
necessary for abandonment of existing catch basins and manholes.
Abandonment shall be where noted on the Plans and per Supplemental Specification
Section 7-05.3(2). The structure shall be broken down to a depth of at least 4 feet below
the surface, connections plugged, base broken, and filled with compacted sand per
Section 7-05.3(2).
Bid Item 9: Remove/ Relocate Existing Fence LF
Measurement for Remove / Relocate Existing Fence shall be per lineal foot.
The unit contract price per lineal foot for Remove / Relocate Existing Fence shall be full
compensation for all materials, labor, tools, and equipment required to remove, preserve,
relocate, and reinstall, to original condition or better, all sections of fence (wood and
chain link) inside and outside of the right-of-way that are affected or damaged by the
contractor as shown on the Plans, as directed by the Engineer, and as specified in the
Special Provisions. Contractor shall coordinate work with property owner(s).
Where existing fences are to be replaced with new fences, the existing fences shall be
removed and wastehauled. New fence shall be paid under the bid item "Chain Link
Fence Type 6."
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 25
SPECIAL PROVISIONS -Continued
Bid Item 10: Chain Link Fence Type 6 (LF)
Measurement of Chain Link Fence Type 6 shall be per linear foot of fence installed. '
The unit contract price per linear foot for Chain Link Fence Type 6 shall be full pay for all ,
materials, labor, tools, and equipment necessary for the installation of the fence
including, posts, concrete, hardware, and one five foot wide gate per residential
installation, as shown on the Plans and as required by the Engineer.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 11: Remove / Relocate Existing Signing (LS)
Measurement for Remove / Relocate Existing Signing shall be per lump sum. ,
The lump sum contract price for Remove / Relocate Existing Signing shall be full
compensation for all materials, labor, tools, and equipment required to furnish, install,
remove, and/or relocate existing signing per Standard Specification Section 8-21, and as
shown on the Plans, as directed by the Engineer, and as specified in the Special
Provisions.
Bid Item 12: Open Curb Face Catch Basin Type 1 (EA)
Measurement of Open Curb Face Catch Basin Type 1 shall be per each.
This item may be used if it is not possible to install the Type 1 Catch Basins near the 8- '
inch water main on NE 7th St in an acceptable manner. The Contractor shall pothole the
water line location ahead of construction to determine the location and potential
clearance from the water main. The City must approve use of this bid item.
The unit contract price per each for Concrete Inlet shall be full compensation for all labor,
materials, tools, equipment, concrete base, precast concrete catch basin sections, catch
basin frame, grate or lid, appurtenances, adjustments, connections to new and/or ,
existing systems, excavation, foundation material and compaction, loading, hauling and
proper disposal of excess and/or unsuitable materials, dewatering, and all other items
and work necessary to complete this item of work according to the Plans and
Specifications.
Open Curb Face Frame and Grate shall be per City Of Renton Detail page B-017
Catch Basin Type 1 shall be per City of Renton Standard Detail B 012.
Bid Item 13: Catch Basin Type 1 (EA)
Measurement of Catch Basin Type 1 shall be per each.
The unit contract price per each for Catch Basin Type 1 shall be full compensation for all
labor, materials, tools, equipment, concrete base, precast concrete catch basin sections,
catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or ,
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 26
SPECIAL PROVISIONS -Continued
existing systems, excavation, foundation material and compaction, loading, hauling and
proper disposal of excess and/or unsuitable materials, dewatering, and all other items
and work necessary to complete this item of work according to the Plans and
Specifications.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 1 CB's that may be show on the plans.
Catch Basin Type 1 shall be per City of Renton Standard Detail B 012.
' Bid Item 14: Catch Basin Type 2 —48-inch Dia. (EA)
Measurement of Catch Basin Type 2 —48-inch Dia. shall be per each.
' The unit contract price per each for Catch Basin Type 2 —48-inch Dia. shall be full
compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems, excavation, foundation material and
compaction, loading, hauling and proper disposal of excess and/or unsuitable materials,
dewatering, and all other items and work necessary to complete this item of work
according to the Plans and Specifications.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 1 CB's that may be show on the plans.
Catch Basin Type 2 48 inch Dia. shall be per City of Renton Standard Detail B 027.
Bid Item 15: Catch Basin Type 2 —72-inch Dia. (EA)
Measurement of Catch Basin Type 2—72-inch Dia. shall be per each.
The unit contract price per each for Catch Basin Type 2 —72-inch Dia. shall be full
compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems, excavation, foundation material and
compaction, loading, hauling and proper disposal of excess and/or unsuitable materials,
dewatering, and all other items and work necessary to complete this item of work
according to the Plans and Specifications.
Catch Basin Type 2 —72-inch Dia. shall be per City of Renton Standard Detail B 027.1.
Bid Item 16: CPEP Storm Pipe 8-Inch Diameter (LF)
Measurement of CPEP Storm Sewer Pipe 8-Inch Diameter shall be per lineal foot along
the invert of the pipe from the center of catch basin to the center of catch basin, or similar
structure. Where the pipe does not begin or end within a catch basin, the pipe shall be
measured from the ends of the pipe.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 27
SPECIAL PROVISIONS -Continued
The unit contract price per lineal foot of CPEP Storm Sewer Pipe 8-Inch Diameter shall
be full compensation for all labor, materials, equipment, excavation, new pipe, '
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation
controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc.
CPEP storm sewer pipe shall meet the specifications detailed in Sections 9-05.19 and 9- ,
05.20 of the Special Provisions and Standard Specifications. Watertight joints shall be
furnished and installed.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard '
Specifications Section 9-03.16. Bedding Material shall be placed from a minimum of 6
inches below the pipe to 6 inches above the top of the pipe, and compacted to 95 '
percent of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment for
bedding material shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place. '
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the City. Payment for Bank Run Gravel shall be paid under a
separate bid item.
Bid Item 17: CPEP Storm Pipe 12-Inch Diameter (LE)
Measurement of CPEP Storm Sewer Pipe 12-Inch Diameter shall be per lineal foot along
the invert of the pipe from the center of catch basin to the center of catch basin, or similar
structure. Where the pipe does not begin or end within a catch basin, the pipe shall be
measured from the ends of the pipe.
The unit contract price per lineal foot of CPEP Storm Sewer Pipe 12-Inch Diameter shall
be full compensation for all labor, materials, equipment, excavation, new pipe,
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction '
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation
controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc. '
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 28
SPECIAL PROVISIONS -Continued
CPEP storm sewer pipe shall meet the specifications detailed in Sections 9-05.19 and 9-
05.20 of the Special Provisions and Standard Specifications. Watertight joints shall be
furnished and installed.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specifications Section 9-03.16. Bedding Material shall be placed from a minimum of 6
inches below the pipe to 6 inches above the top of the pipe, and compacted to 95
percent of maximum density per ASTM D1557. The Contractor shall ensure proper
' placement and compaction of pipe bedding under the pipe haunches. Payment for
bedding material shall be included in the unit price bid for pipe in place.
' Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
' Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the City. Payment for Bank Run Gravel shall be paid under a
' separate bid item.
Bid Item 18: CPEP Storm Pipe 18-Inch Diameter(LF)
Measurement of CPEP Storm Sewer Pipe 18-Inch Diameter shall be per lineal foot along
the invert of the pipe from the center of catch basin to the center of catch basin, or similar
structure. Where the pipe does not begin or end within a catch basin, the pipe shall be
measured from the ends of the pipe.
The unit contract price per lineal foot of CPEP Storm Sewer Pipe 18-Inch Diameter shall
' be full compensation for all labor, materials, equipment, excavation, new pipe,
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation
controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc.
CPEP storm sewer pipe shall meet the specifications detailed in Sections 9-05.19 and 9-
05.20 of the Special Provisions and Standard Specifications. Watertight joints shall be
furnished and installed.
1 Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specifications Section 9-03.16. Bedding Material shall be placed from a minimum of 6
inches below the pipe to 6 inches above the top of the pipe, and compacted to 95
percent of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment for
bedding material shall be included in the unit price bid for pipe in place.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 29
SPECIAL PROVISIONS -Continued '
Suitable excavated soil shall be used as backfill for the project if it is a clean granular '
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be ,
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated ,
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as '
backfill, after approval by the City. Payment for Bank Run Gravel shall be paid under a
separate bid item.
Bid Item 19: CPEP Storm Pipe 24-Inch Diameter (LE)
Measurement of CPEP Storm Sewer Pipe 24-Inch Diameter shall be per lineal foot along
the invert of the pipe from the center of catch basin to the center of catch basin, or similar
structure. Where the pipe does not begin or end within a catch basin, the pipe shall be
measured from the ends of the pipe.
The unit contract price per lineal foot of CPEP Storm Sewer Pipe 24-Inch Diameter shall
be full compensation for all labor, materials, equipment, excavation, new pipe, ,
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation ,
controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc.
CPEP storm sewer pipe shall meet the specifications detailed in Sections 9-05.19 and 9-
05.20 of the Special Provisions and Standard Specifications. Watertight joints shall be
furnished and installed.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specifications Section 9-03.16. Bedding Material shall be placed from a minimum of 6
inches below the pipe to 6 inches above the top of the pipe, and compacted to 95
percent of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment for
bedding material shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if It Is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 30
SPECIAL PROVISIONS -Continued
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the City. Payment for Bank Run Gravel shall be paid under a
separate bid item.
Bid Item 20: Ductile Iron Storm Pipe 8-Inch Diameter (LF)
Measurement of Ductile Iron Storm Sewer Pipe 8-Inch Diameter shall be per lineal foot
along the invert of the pipe from the center of catch basin to the center of catch basin, or
similar structure. Where the pipe does not begin or end within a catch basin, the pipe
shall be measured from the ends of the pipe.
The unit contract price per lineal foot of Ductile Iron Storm Sewer Pipe 8-Inch Diameter
shall be full compensation for all labor, materials, equipment, excavation, new pipe,
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation
controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc.
Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of
the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall
be Class 52. Watertight joints shall be furnished and installed.
Pipe bedding shall be Bedding Material for Rigid Pipe per Standard Specifications
Section 9-03.15. Bedding Material shall be placed from a minimum of 6 inches below the
pipe to 6 inches above the top of the pipe, and compacted to 95 percent of maximum
density per ASTM D1557. The Contractor shall ensure proper placement and
compaction of pipe bedding under the pipe haunches. Payment for bedding material
shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, and after approval by the City. Payment for Bank Run Gravel shall be paid
under a separate bid item.
r.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 31
SPECIAL PROVISIONS -Continued
Bid Item 21: Ductile Iron Storm Pipe 12-Inch Diameter (LF)
Measurement of Ductile Iron Storm Sewer Pipe 12-Inch Diameter shall be per lineal foot '
along the invert of the pipe from the center of catch basin to the center of catch basin, or
similar structure. Where the pipe does not begin or end within a catch basin, the pipe
shall be measured from the ends of the pipe.
The unit contract price per lineal foot of Ductile Iron Storm Sewer Pipe 12-Inch Diameter
shall be full compensation for all labor, materials, equipment, excavation, new pipe,
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation
controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc.
Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of
the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall
be Class 52. Watertight joints shall be furnished and installed.
Pipe bedding shall be Bedding Material for Rigid Pipe per Standard Specifications
Section 9-03.15. Bedding Material shall be placed from a minimum of 6 inches below the
pipe to 6 inches above the top of the pipe, and compacted to 95 percent of maximum '
density per ASTM D1557. The Contractor shall ensure proper placement and
compaction of pipe bedding under the pipe haunches. Payment for bedding material
shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least '
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place. '
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, and after approval by the City. Payment for Bank Run Gravel shall be paid
under a separate bid item.
Bid Item 22: Ductile Iron Storm Pipe 24-Inch Diameter(LIF t
Measurement of Ductile Iron Storm Sewer Pipe 24-Inch Diameter shall be per lineal foot
along the invert of the pipe from the center of catch basin to the center of catch basin, or
similar structure. Where the pipe does not begin or end within a catch basin, the pipe
shall be measured from the ends of the pipe.
This item may be used instead of CPEP Storm Pipe to reduce or avoid conflicts with '
existing utilities, or for other design needs. Any use shall be approved by the City prior
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 32
SPECIAL PROVISIONS -Continued
to construction. Depending on site conditions the amount of this item will vary and may
be zero (0).
The unit contract price per lineal foot of Ductile Iron Storm Sewer Pipe 24-Inch Diameter
shall be full compensation for all labor, materials, equipment, excavation, new pipe,
installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of trench backfill, compaction, compaction
testing, dewatering, loading and disposal of excess materials, erosion and sedimentation
' controls, cleaning and testing, and temporary bypass of all storm system flows during
construction, etc.
' Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of
the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall
be Class 52. Watertight joints shall be furnished and installed.
Pipe bedding shall be Bedding Material for Rigid Pipe per Standard Specifications
Section 9-03.15. Bedding Material shall be placed from a minimum of 6 inches below the
pipe to 6 inches above the top of the pipe, and compacted to 95 percent of maximum
density per ASTM D1557. The Contractor shall ensure proper placement and
compaction of pipe bedding under the pipe haunches. Payment for bedding material
shall be included in the unit price bid for pipe in place.
' Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
' Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, and after approval by the City. Payment for Bank Run Gravel shall be paid
under a separate bid item.
Bid Item 23: Bank Run Gravel for Trench Backfill (TN)
Measurement for Bank Run Gravel for Trench Backfill shall be per ton.
The unit contract price per ton for Bank Run Gravel for Trench Backfill shall be full
compensation for all materials, tools, labor, equipment and incidentals for processing,
hauling, placing, compacting, and compaction testing the materials as specified or as
directed by the Engineer.
Unless otherwise approved by the Engineer, this item will be used for all trench and
' structural excavations as 100% import backfill. Imported backfill shall meet Standard
Specification Section 9-03.19 and Supplemental Specification Section 7-10.5.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 33
SPECIAL PROVISIONS -Continued '
No payment shall be made for costs due to over-excavation and subsequent backfill,
unless the inspector determines that the over-excavation could not be avoided. Over- '
excavation is defined as trenching outside the maximum trench or excavation width.
Unsuitable excavated materials will be disposed of offsite. This includes soil, asphalt, '
concrete, and other excess or unsuitable excavated material. Payment to haul and
dispose of unsuitable excavated material shall be included in the unit bid price.
Measurement for gravel trench backfill will be based on actual tonnage weight as '
determined by measurement from a certified scale. The quantity for this item is included
to provide a common proposal for bid purposes. The actual quantity used in construction
may vary from that amount. The unit price will not be adjusted if the actual quantity used ,
varies by more than 25 percent.
Bid Item 24: Gravel Borrow(TN)
Measurement of"Gravel Borrow" shall be per ton of material placed.
Imported backfill shall meet Standard Specification Section 9-03.14(1).
The unit contract price per cubic ton for Gravel Borrow shall be full pay for all materials, ,
labor, tools, and equipment necessary for the fulfillment of all requirements of the
Standard Specifications in the execution of the work shown in the Plans and as required
by the Engineer.
Gravel Borrow shall be used to replace the material removed as part of unsuitable
foundation excavation. Depending on site conditions the amount of this item may vary.
The unit price will not be adjusted if the actual quantity used varies by more than 25
percent.
Bid Item 25: Unsuitable Foundation Excavation, Incl. Haul (CY) '
Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard '
(adjusted for swell) by truck in the hauling vehicle at the point of loading.
Unsuitable Foundation Excavation will be used when approved by the City to remove
unsuitable material beyond the expected limits of normal excavation. Unsuitable ,
Foundation Excavation shall meet Standard Specification Section 2-03.3(14)E.
The unit contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul
shall be full pay for excavating, loading, and disposing of the material. The unit contract
price shall include haul. 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.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 34 '
' SPECIAL PROVISIONS -Continued
Bid Item 26: Quarry Spalls (TN)
This item will be used when the bottom of excavations and trenches does not present a
stable surface for placement and compaction of backfill or pipe bedding. Quarry Spalls
shall consist of broken stone, sound and resistant to weathering. Broken concrete shall
not be used. Quarry spalls shall conform to the requirements of Standard Specifications
Sections 9-13 and 9-13.6.
Unsuitable excavated material will be disposed of offsite. This includes all soil, asphalt,
concrete, and other excavated material. Payment to haul and dispose of unsuitable
excavated material shall be included in the unit bid price.
Measurement for furnishing and placing quarry spalls will be based on actual tonnage
weight as determined by measurement from a certified scale. The quantity for this item
is included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. Depending on site conditions the amount of
this item will vary and may be zero (0). The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
Payment for Quarry Spalls will be made at the unit price bid per ton, which payment will
be considered complete compensation for all labor, equipment and materials required to
complete this item of work in accordance with the Contract Documents.
Bid Item 27: Controlled Density Fill (CDF) (CY)
This item will be in trenches and excavation where shown on the plans and/or specified
by the City. CDF shall conform to the requirements of Special Provisions 9-03.22.
Excavation and removal of existing material will be under other bid items, or incidental to
other bid items.
Measurement for Controlled Density Fill will be per cubic yard for all concrete installed in
conformance with the Contract Documents. 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. Depending on site conditions the amount of this item may
be zero (0). The unit price will not be adjusted if the actual quantity used varies by more
than 25 percent.
Payment for Controlled Density Fill will be made at the unit price bid per Cubic Yard,
which payment will be considered complete compensation for all labor, equipment and
materials required to complete this item of work in accordance with the Contract
Documents.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 3
SPECIAL PROVISIONS -Continued ,
Bid Item 28: Reconnect Sanitary Side Sewer(EA)
Measurement for Reconnect Sanitary Side Sewer shall be per each.
The unit contract price per each for Reconnect Sanitary Side Sewer shall be full '
compensation for all materials, tools, labor, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, etc.),
placement of trench backfill, compaction, compaction testing, dewatering, disposal of
excess and/or unsuitable materials, erosion and sedimentation control, cleaning and '
testing, and temporary bypass of all system flows during construction etc. required for
sidesewer connections
This item includes raising or lowering any existing sidesewers that may conflict with the ,
new stormwater system. It also includes extending and connecting existing sidesewers
from the existing 8" sewer main on the south side of NE7th ST to the 12" sewer main
near the road centerline between Harrington Ave NE and Kirkland Ave NE.
The Contractor is cautioned that the location of all side sewers may not be known and
may not be shown on the Plans. Where shown, the location may vary by an unknown '
distance in either direction. 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.
Side sewers shall be lowered (or raised) to clear the new storm sewer pipe by at least 6
inches vertically. Side sewer construction shall conform to City Details B 078 and B079.
Lowering side sewers may be accomplished by cutting the existing sewer pipe back to
behind the sidewalk and installing a vertical cleanout per City Detail B 079. The side
sewer shall be lowered (or raised) to pass beneath (or above) the new storm sewer line
and reconnected to the existing sanitary sewer main in the approximate location as
shown on the Plans. A connection shall be made at the existing tee where provided.
Where a tee is not provided connection shall be made to the sanitary sewer main by use
of a Ro-mac saddle. The minimum slope for the side sewer shall be at least 2%. Where
the side sewer connects to the sanitary sewer main that is to be abandoned, the existing
connection shall be capped with a fitting approved by the Engineer.
The exact construction method for lowering (or raising) side sewers shall be reviewed
with the City Inspector for approval prior to lowering (or raising).
All pipe, fittings, and material used shall be approved by the City of Renton Wastewater
Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on
the joints.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specification Section 9-03.16. Bedding Material shall be placed a minimum of 6 inches
below the pipe to 12 inches above the top of the pipe, and compacted to 95 percent of
maximum density per ASTM D1557. The Contractor shall ensure proper placement and
compaction of pipe bedding under the pipe haunches. Payment for bedding material
shall be included in the unit price.
Excavated soil shall be used as backfill for the project if it is a clean granular material
meeting the general requirements for select borrow material, the maximum particle size '
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 36 '
SPECIAL PROVISIONS -Continued
shall not exceed 3 inches, and has a moisture content that will allow at least 95 percent
compaction when placed. Payment for excavated soil backfill shall be included in the
unit price bid for"Bank Run Gravel for Trench Backfill."
Excess excavated material will be disposed of offsite. This includes all soil, asphalt,
concrete, and other excavated material. Payment to haul and dispose of excess
excavated material shall be included in the unit bid price.
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, and after approval by the City. Payment for Bank Run Gravel shall be paid
under a separate bid item.
Bid Item 29: Relocate 8-inch Water Main (LF)
Measurement for furnishing and installing water pipes and fittings of the size, class, and
type specified will be based on the actual lineal foot measured along the centerline of the
new installed pipe.
This item will be used if it is not possible to install the Type 1 Catch Basins near the 8-
inch water main on NE 7th St in an acceptable manner. The Contractor shall pothole the
water line location ahead of construction to determine the location and potential
clearance from the water main. The City must approve use of this bid item.
The units for this bid item are based on an assumption of 25 linear feet of new water
main per location at four different locations. Depending on site conditions the number of
water main relocations and the length of each may vary, and may be zero (0).
* The Water Main shall be 8-inch Class 52 ductile iron pipe and ductile iron fittings.
All shackle rods, tie bolts, and associated material shall comply with City of Renton
Standard Detail B089. Water main relocation shall follow the Water Main Relocation
Figure shown in the plans and/or specifications. The actual relocation arrangement may
vary to adapt to conditions found in the field. The Contractor shall propose any changes
to the City for review and approved by the City before construction.
The Contractor shall provide all heavy equipment, excavation, pipe placement, and
backfill. The City will cut and cap the existing water main. The Contractor shall prepare
the new water main, fittings, and shackles for installation. The Contractor will assist the
City with the new pipe placement and tie-in.
Payment for Relocate 8-inch Water Main shall cover the complete cost of providing all
1 labor, materials, and equipment required to complete the work specified in the contract
documents include but not be limited to the following:
' • Sawcutting, trench excavation, dewatering (if needed),
Removal, hauling, and disposal of all pavement, curbs, gutters, sidewalks, and any
surplus and unsuitable excavated material,
Furnishing and placing pipe bedding and trench backfill,
• Furnishing, installing, laying, and joining water pipes and fittings of the size, type, and
class shown, special fittings, horizontal and vertical bends, shackle rods, temporary
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 37
SPECIAL PROVISIONS -Continued '
blow-off assemblies, and all incidentals including purity and pressure tests as
directed,
• Coordination and cooperation with City crews to cut, cap, and connect the water
main,
• Replacing, protecting, and/or maintaining existing utilities.
Sawcutting will be paid under a separate bid item.
Bid Item 30: Concrete Thrust Blocks and Deadman Anchor Blocks (CY)
Measurement for concrete for Thrust Blocks and Deadman Anchor Blocks shall be per '
cubic yard for all concrete installed in conformance with the Contract Documents.
The City must approve use of this bid item. Depending on site conditions the amount of
this item may be zero (0). The unit price will not be adjusted if the actual quantity used
varies by more than 25 percent.
Concrete shall be 3000 psi minimum, or as specified in the plans, and shall meet the
requirements of the applicable portions of the Standard Specifications Section 6-02.
Payment for furnishing and installing Concrete Thrust Blocks and Deadman Anchor
Blocks shall cover the complete cost of providing all labor, materials, and equipment,
required to complete the work specified in the contract documents including but not
limited to the following:
• Sawcutting, trench excavation, dewatering (if needed),
• Removal, hauling, and disposal of all pavement, curbs, gutters, sidewalks, and any
surplus and unsuitable excavated material,
• Furnishing and placing concrete for thrust blocks and deadman anchor blocks,
• Deadman anchor bolts, reinforcing steel, shackle rods, clamp assembly, anchor
bolts, necessary form work, and all incidentals, t
Furnishing and placing bedding and backfill,
• Replacing, protecting, and/or maintaining existing utilities.
Sawcutting will be paid under a separate bid item.
Concrete material weights shall be verified by providing a copy of certified truck tickets,
which will accompany each load.
Bid Item 31: Cement Concrete Driveway (SY)
Measurement of Cement Concrete Driveway shall be per square yard of driveway
placed.
The unit contract price per square yard for Cement Concrete Driveway shall be full pay
for all materials, labor, tools, and equipment necessary to perform the work including
sawing and/or cutting, waste haul of existing pavement, soil residual herbicide,
aggregate, forms, joints, and reinforcing steel. It shall also include any and all
miscellaneous equipment or materials necessary to protect the concrete until cured.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 38
SPECIAL PROVISIONS -Continued
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Sawcutting will be paid under a separate bid item.
Bid Item 32: Cement Concrete Driveway Approach (SY)
Measurement of Cement Concrete Driveway Approach shall be per square yard of
approach placed.
The unit contract price per square yard for Cement Concrete Driveway Approach shall
be full pay for all materials, labor, tools, and equipment necessary to perform the work
including sawing and/or cutting, waste haul of existing pavement, aggregate, forms,
joints, and reinforcing steel. It shall also include any and all miscellaneous equipment or
materials necessary to protect the concrete until cured.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Sawcutting will be paid under a separate bid item.
Bid Item 33: Cement Concrete Curb and Gutter(LF)
Measurement of Cement Concrete Curb and Gutter shall be per lineal foot along the face
of the completed curb including bends. Measurement of Cement Concrete Curb and
Gutter, when constructed across driveways will include the width of the driveway.
This item includes Cement Concrete Barrier Curb and Gutters, and Cement Concrete
Rolled Curbs.
The unit contract price per lineal foot for Cement Concrete Curb and Gutter shall be full
compensation for forms, preparation of subgrade, placement, backfill and compaction,
and all other materials, tools, equipment, and labor required for construction as specified.
Cement Concrete Curb and Gutter shall conform to Standard Specification Section 8-04,
City of Renton Standard Detail F 001, and as is shown on the Plans.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
i
Bid Item 34: Cement Concrete Sidewalk (SY)
Measurement of Cement Concrete Sidewalk shall be per square yard of finished surface.
The unit contract price per square yard for Cement Concrete Sidewalk shall be full
compensation for all costs necessary or incidental to furnishing the all labor, equipment,
tools, and materials, in connection with preparing the subgrade, furnishing and placing a
4-inch thickness of crushed surfacing, to include but not limited to, construction of
f�
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 39
SPECIAL PROVISIONS -Continued
cement concrete sidewalk, handicap ramps, installation of warning strips, construction of
additional width, furnishing and placing all expansion joint material, adjusting existing
residential sidewalks and protecting all sidewalks from damage until accepted by the
Owner.
The Contractor shall provide written notice (door hanger) to property owners identifying
restricted use of their sidewalks, etc. This notice must be provided one week prior and
again one day prior to the work being performed.
The unit bid price for Cement Concrete Sidewalk shall also include all costs to provide
temporary block outs of sidewalk panels due to utility poles that have not been removed
and/or relocated prior to construction of the sidewalks. This shall include all labor,
materials, tools and equipment to construct the temporary block outs and construct the
remaining sidewalk sections upon removal of obstructions.
Payment for the installation of thickened edge at curb returns and construction of
handicap ramps, as shown on the Plans, is included under this bid item. Crushed
surfacing shall be paid under bid item "Crushed Surfacing Top Course."
Cement Concrete Sidewalk shall conform to Supplemental Specification Section 8-14,
City of Renton Standard Detail F 007, and as is shown on the Plans.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Sawcutting will be paid under a separate bid item.
Bid Item 35: Crushed Surfacing Top Course (TN)
Measurement of Crushed Surfacing Top Course shall be per ton.
The unit contract price per ton for Crushed Surfacing Top Course shall be full
compensation for all materials, labor, tools, and equipment necessary for the fulfillment
of all requirements of Standard Specification Section 9-03.9(3) in the execution of the
work shown in the Plans or as required by the Engineer.
Crushed surfacing for Asphalt Concrete Pavement (ACP) subgrade shall be in
accordance with the bid item "Asphalt Concrete Pavement Class "B"."
All portions of existing gravel driveways that are damaged by construction shall be
replaced with 1 to 2 inches of crushed surfacing base course per Standard Specification
9-03.9(3).
Measurement for furnishing and installing crushed gravel surfacing top course will be
based on actual tonnage weight as determined by measurement from a certified scale.
The quantity for this item is included to provide a common proposal for bid purposes.
The actual quantity used in construction may vary from that amount. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Any water added to the aggregate at the plant or in the field for placement and
compaction shall be considered incidental to this item.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 40
SPECIAL PROVISIONS -Continued
Bid Item 36: Saw Cutting (LF)
Measurement of Saw Cutting shall be per linear foot of pavement cut.
The unit contract price per linear foot for Saw Cutting shall be full compensation for all
materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete
and cement concrete surfaces regardless of the depth encountered or the material to be
saw cut.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 37: Hot Mix Asphalt Concrete (TN)
Measurement of Hot Mix Asphalt Concrete shall be per ton.
The unit contract price per ton for Hot Mix Asphalt Concrete shall be full compensation
for removing and disposing of any disturbed pavement at trench edges, furnishing,
placing, and maintaining temporary patch consisting of 3 inches of compacted temporary
hot mix asphalt during construction. The hot mix asphalt concrete shall conform to
Supplemental Specification Section 5-04.
This item is for temporary asphalt patches. Permanent trench restoration shall be per
City Standard Detail H 032A and as described under the bid item "Asphalt Concrete
Pavement Cl. "B"".
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 38: Asphalt Concrete Pavement CI. "B" (TN)
Measurement of Asphalt Concrete Pavement Cl. "B" (ACP) shall be per ton with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any
other component of the mixture.
The unit contract price per ton for Asphalt Concrete Pavement Cl. "B", as specifically
noted in the Proposal, shall include the cost of all labor, materials, equipment, tools, and
incidental costs necessary for placing, compacting and constructing asphalt pavement in
and along the Project including asphalt concrete driveways, trench patching, sealing all
cold joints, tack coat, raising shoulder to grade, asphalt sidewalk transitions, hauling,
notifications, aggregate, sweeping, utility marking and adjustment, furnishing and
preparing subgrade, removal of existing asphalt, cleanup, and all other incidentals
necessary for a complete paving system to the lines, cross-section and grades as shown
on the Plans.
The Contractor shall place permanent trench patches per"Typical Patch For Flexible
Pavement" (City of Renton Standard Detail H 032A) every 14 calendar days (maximum)
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 41
1 .
SPECIAL PROVISIONS -Continued
over all sections of completed stormwater pipe. Permanent trench restoration shall be
performed throughout the project construction.
All areas of trench excavation under the existing road, or driveways shall be restored
with a Typical Trench Patch shall be per City of Renton Standard Detail H 032A. The
ACP layer above the crushed surfacing shall be 6 inches of class "B" asphalt. All
applications of ACP shall be per Supplemental Specifications Section 5-04.
All patches and repairs shall be joined to existing pavement with a clean, sawcut joint.
Feathering of edges is not acceptable. Any damaged pavement will be restored by
sawcutting and removing damaged asphalt, supplementing and compacting the base,
and placing new asphalt. The cost for sawcutting due to damaged pavement shall be
considered incidental to this item.
The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9-
03.9(3) for top course and placed in accordance with Standard Specification Section 4-
04.3. Payment for crushed surfacing shall be under the bid item "Crushed Surfacing Top
Course."
For ACP driveways, the unit contract price per square yard for Asphalt Concrete
Pavement Cl. "B" shall be full compensation for furnishing all labor, materials, equipment,
hauling, and forms to install a layer of asphalt concrete over 4-inches of crushed
surfacing top course per the Plans. Asphalt concrete shall be a minimum of 2 inches
thick, and shall match existing asphalt driveway thickness up to 4 inches thick.
The 4-inch layer of crushed surfacing top course, and all work in connection with or
incidental to placing and shaping the crushed surfacing top course shall be paid under
the bid item "Crushed Surfacing Top Course."
Old asphalt, concrete, soil, and other excavated material will be disposed of offsite.
Payment to haul and dispose of old asphalt and other excavated material shall be
included in the unit bid price.
Measurement for furnishing and installing ACP will be based on actual tonnage weight
as determined by measurement from a certified scale. The quantity for this item is
included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
Bid Item 39: Restore Pavement Markings (LS)
The measurement for Restore Pavement Markings shall be per lump sum. Payment will
be considered complete compensation for all labor, equipment, and materials required to
complete this item of work in accordance with the Contract Documents.
This item consists of all tasks necessary to furnish and install new pavement markings
for all pavement areas affected by the project. Pavement markings include, but are not
limited to stop bars, crosswalk striping, centerlines, lane lines, traffic buttons, and blue
fire hydrant marker buttons. It is the Contractor's responsibility to review the project area
prior the bid to determine all work needed for this item.
i
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 42
SPECIAL PROVISIONS -Continued
IThe new markings shall be identical to the existing markings except where shown
otherwise on the Plans and shall be installed to fit with the existing markings. New
markings shall be extended as needed to fit with existing markings. In some areas it
may be necessary to replace old markings outside the pavement restoration area with
completely new markings (for example: a new stop bar will be placed across the entire
lane width where a pavement patch was installed).
Pavement markings shall follow the Supplemental Specifications Section 8-22 and
Standard Specifications Section 8-22.
Bid Item 40: Remove / Restore Existing Landscaping (LS)
Measurement for Remove / Restore Existing Landscaping shall be per lump sum.
The lump sum contract price for Remove / Restore Existing Landscaping shall be full
compensation for all materials, labor, tools, and equipment required to protect, remove,
relocate, and restore to original condition and location or better all landscaped areas
inside and outside of the right-of-way that are affected or damaged by the contractor as
shown on the Plans, as directed by the Engineer, and as specified in the Special
Provisions. Topsoil, seeding, mulching, and sod will be paid under their respective bid
items.
All items shall be restored to the same location as original, unless it conflicts with the
project construction or needs of the property owner. The Contractor shall coordinate the
restoration with the property owners and adjust the restoration work and location to their
needs.
Clearing and grubbing on this project shall be performed within the following limits:
Along and within the construction area of NE 7th Street and Monroe Avenue NE to
approximately two feet beyond toe of cut or top of fill or to the right-of-way line whichever
is less.
Features classified as landscaping include all shrubs, trees, planter boxes, structural and
non-structural concrete and block walls, structural and non-structural rock walls, sprinkler
boxes, yard lights, and any other plants and structures.
All grass surfaces shall be raked smooth, have 4 inches of topsoil placed, and shall be
mulched and hydroseeded. The topsoil shall smoothly taper into adjacent surfaces.
The Contractor shall salvage and preserve, and replant any existing planted areas,
shrubs, and trees (hereafter referred to as vegetation) that are disturbed during
construction. If the existing vegetation dies the Contractor shall replace it with vegetation
of the same species, size, and density where applicable. The Contractor shall warrantee
all vegetation for one year after completion of the project. The Contractor shall replace
any vegetation that dies within the one-year period with new vegetation at no cost to the
City. All replacement vegetation shall have the same one-year warrantee and
replacement guarantee.
f�
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 43
SPECIAL PROVISIONS -Continued
Bid Item 41: Topsoil Type A (CY)
Measurement of Topsoil Type A shall be per cubic yard in haul conveyance at the point
of delivery and as accepted by the Engineer.
The unit contract price per cubic yard for Topsoil Type A shall be full compensation for
furnishing all materials, labor, equipment, and supplies necessary to furnish and place
topsoil as shown in the Plans and as described in the bid item "Remove / Restore
Existing Landscaping".
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 42: Bark or Wood Chip Mulch (CY)
Measurement of Bark or Wood Chip Mulch shall be per cubic yard of material placed.
The unit contract price per cubic yard for Bark or Wood Chip Mulch shall be full pay for
all materials, labor, tools, and equipment necessary for the fulfillment of all requirements
of the Standard Specifications in the execution of the work shown in the Plans and as
required by the Engineer.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 43: Seeding, Fertilizing and Mulching (SY)
Measurement of Seeding, Fertilizing, and Mulching shall be per square yard of area
accepted in accordance with the Plans and these Specifications.
The unit contract price per square yard for Seeding, Fertilizing, and Mulching shall be full
compensation for furnishing all materials, labor, equipment, and supplies necessary to
prepare soil, furnish plant seeds and fertilize, and fine grade as specified and shown on
the Plans. This item shall be applied in various locations throughout the project site as
directed by the Engineer.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 44: Sod Installation (SY)
Measurement of Sod Installation shall be per square yard of actual ground slope of sod
established, installed, and accepted in accordance with the Plans and these
Specifications.
The unit contract price per square yard for Sod Installation shall be full pay for all costs
necessary for weed control within the seeding area, to prepare the area, plant or sod the
lawn, erect barriers, and establish lawn areas and for furnishing all labor, tools,
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 44
SPECIAL PROVISIONS -Continued
equipment, and materials necessary to complete the work as specified and shall be paid
i� in the following sequence for healthy, vigorous lawn:
Completion of Lawn Planting 60 percent of individual areas
Mid-Lawn Establishment 85 percent of individual areas
(after 2 mowings)
Completion of Lawn Establishment 100 percent of individual areas
(after 4 mowings)
Measurement of Sod Installation shall be per square yard of actual ground slope of sod
established, installed, and accepted in accordance with the Plans and these
Specifications. This item shall be applied in various locations throughout the project site
as directed by the Engineer.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Bid Item 45: Television Inspection (LS)
Measurement of Television Inspection shall be per lump sum.
The lump contract price shall cover the complete cost of providing all labor, materials,
equipment, and video tape recordings necessary to document the completed condition of
the newly installed pipes. The new storm sewer pipe installed for the project will be
inspected between all Type 2 catch basins, approximately 6,500 linear feet. Inspection
is not required between Type 2 to Type 1 and Type 1 to Type 1 catch basins.
Television Inspection shall comply with Special Provisions Section 7-17.3(2)H.
Bid Item 46: PVC Sewer Pipe 8-Inch Diameter(LF)
Measurement of CPEP Storm Sewer Pipe 8-Inch Diameter shall be per lineal foot along
the invert of the pipe from the center of catch basin to the center of catch basin, or similar
structure. Where the pipe does not begin or end within a catch basin, the pipe shall be
measured from the ends of the pipe.
This item is for installing a new sewer pipe from the existing SSMH at sta. 31+36, 16'RT
to SSMH at sta. 31+37, VRT. All work needed to connect the sewer main to the new
manhole, and channel the flow in the new manhole is included. Connection may be
accomplished by using a Kor-n-seal boot.
Removal of the existing SSMH is under a separate bid item.
The unit contract price per lineal foot of PVC Storm Sewer Pipe 8-Inch Diameter shall be
full compensation for all labor, materials, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, etc.),
placement of trench backfill, compaction, compaction testing, dewatering, loading and
disposal of excess materials, erosion and sedimentation controls, cleaning and testing,
and temporary bypass of all sewer system flows during construction, etc.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 45
SPECIAL PROVISIONS -Continued
PVC storm sewer pipe shall meet the specifications detailed in Sections 9-05.12 of the
Special Provisions and Standard Specifications. Watertight joints shall be installed.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specifications Section 9-03.16. Bedding Material shall be placed from a minimum of 6
inches below the pipe to 6 inches above the top of the pipe, and compacted to 95
percent of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment for
bedding material shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum
particle size shall not exceed 3 inches, and has a moisture content that will allow at least
95 percent compaction when placed. Payment for excavated trench backfill shall be
included in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Bank Run Gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the City. Payment for Bank Run Gravel shall be paid under a
separate bid item.
Bid Item 47: Compaction Testing EA
P 9
Measurement for Compaction Testing shall be per each test performed.
The unit contract price per each for Compaction Testing shall be full compensation for all
labor, materials, equipment, laboratory costs, etc, needed to sample, test, and report
each Compaction Test for the project.
This item applies to all compaction tests for all material needed for the project. The test
requirements for the different materials are contained in those bid items and/or
specifications. For native soil or Bank Run Gravel used for trench backfill the average
testing frequency will be 1 test per every 50 CY ( or 80 tons) of backfill placed.
Backfill testing will be performed on a continuous basis throughout project construction.
The test results shall be furnished to the City Inspector immediately after testing. The
City may require additional testing, or may increase or decrease the frequency of testing
at it's discretion.
The City may require the Contractor to remove any unsatisfactory backfill, place new
backfill, and retest any areas that do not meet compaction requirements at the
Contractor cost.
The actual quantity for this item may vary. The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 46
SPECIAL PROVISIONS -Continued
Bid Item 48: Minor Changes (LS)
' Measurement of Minor Change shall be per lump sum.
The unit contract price for Minor Changes shall be $5,000. At the discretion of the
Contracting Agency, all or part of this lump sum may be used in lieu of the more formal
procedure as outlined in Section 1-04.4 of the Standard Specifications.
All work and payment under this item must be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4
of the Standard Specifications.
Payment for this item will only be for the changes and amounts approved by the City.
If no changes are authorized under this item final payment for this bid item will be $0
(zero).
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 47
SPECIAL PROVISIONS -Continued
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented with the following:
The construction area of the right-of-way shall be cleared and grubbed by the
Contractor. The Contractor shall determine prior to the bid opening the extent of work by
field inspection, using the topographic features shown on the Plans as a guide for
determining the right-of-way location.
Existing landscaping, including but not limited to, rockeries, beauty bark, decorative
gravel or rock, bushes, trees, and shrubbery adjacent to the work areas shall be
protected from damage and/or temporarily removed and/or relocated as required. The
Contractor shall assume all costs for these items to include, but not be limited to,
protection, removal, temporary or permanent relocation, watering, staking, etc. No
separate monies will be due the Contractor for this work.
The property owners shall be requested to remove and/or relocate ornamental trees,
shrubs, irrigation, wood headers, ornamental plants, and any other decorative
landscaping materials within the work areas that they wish to save. The Contractor shall
notify both verbally and in writing all abutting property owners and allow them a minimum
of two weeks from the date the property owner is notified for the property owner to
remove landscaping within the work area. The Contractor shall temporarily remove all
such items not removed by the property owner. For bidding purposes the Contractor
shall assume that he/she shall remove and replace all such items. The Contractor shall
submit a checklist to the City verifying notification of property owners of landscaping
relocation requirements. Shrubs and trees with less than two inches caliper trunks at the
bases shall be relocated at the edge of the right-of-way or outside the limits of
construction along the property owner's frontage as directed by the Owner. All
landscaping materials not removed by the property owner(s) shall be removed,
relocated, or disposed of(if authorized by property owner) by the Contractor in
accordance with Section 2-01 of the Standard Specifications. Prior to the removal of the
landscaping materials, the Contractor must receive approval from the Engineer to begin
this work. All costs of the work shall be considered incidental to the Contract and as
such merged in the various price bid.
If the Contractor removes or damages any existing plant or plants not designated for
removal because of any act, omission, neglect of misconduct in the execution of the
work, such plant(s) shall be restored or replaced by the Contractor to a condition similar
or equal to that existing before such damage or removal at the Contractor's expense.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 48
j
SPECIAL PROVISIONS -Continued
2-01.2 Disposal of Usable Material and Debris
The third paragraph of Section 2-01.1 is deleted and replaced with the following:
Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be
disposed of in such a manner as to meet all requirements of state, county, and municipal
regulations regarding health, safety and public welfare.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Supplement this section with the following:
The work shall consist of necessary removal and disposal of existing improvements,
including pavements, sidewalks, curbs, concrete road structures, catch basins,
manholes, abandoned piping, and other items necessary for the completion of the
project.
All removal will be included under the lump sum bid price for"Removal of Structure and
Obstruction.
2-02.3 Construction Details
2-02.3(1) General Requirements
Supplement this section with the following:
:9
The removal(s) shall be conducted in such a manner as not to damage existing utilities,
roadway, and other structures that are to remain in place. The Contractor shall repair,
replace, or otherwise restore damage resulting from his/her activities. The limits of
removal for concrete or rigid materials shall be either the edge of the structure, and
existing construction joint, or a new sawcut.
The depth of saw cuts shall be such as will accomplish the intended purpose, and will be
determined in the field to the satisfaction of the engineer.
2-02.3(1)A Salvage (New Section)
Unless otherwise indicated in the Plans or Specifications, all removed items of
recoverable value shall be carefully salvaged and delivered to the City in good condition,
and as directed by the City. Materials and items deemed of no value by the City shall be
removed by the Contractor, and shall become the Contractor's property to be disposed
of at no additional cost to the City.
2-02.3(7)D Contractor Provided Disposal Site (Addition)
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 49
SPECIAL PROVISIONS -Continued
Waste materials shall be hauled to a waste site secured by the Contractor and shall be
disposed of in such a manner as to meet all requirements of state, county and municipal
regulations regarding health, safety and public welfare.
2-02.3(4) Sawcutting (New Section)
Where shown on the Plans or where directed by the Engineer, the Contractor shall make
a neat vertical sawcut at the boundaries of the area to be removed. Care shall be taken
sawcutting as not to damage any of the existing asphalt concrete to remain in place. Any
pavement damage by the Contractor due to his/her operations shall be repaired or
replaced by the Contractor at his/her own expense.
Existing pavement shall be precut before commencing excavation, and shall be
removed, as required, for the construction. All cuts shall be continuous, and shall be
made with saws specifically equipped for this purpose. No skip cutting will be allowed.
Any pavement which is damaged outside the allowable trench widths, as shown on the
Plans, shall be repaired entirely at the Contractor's expense. �1
Wheel cutting or jack hammering will not be considered an acceptable means of
pavement "cutting", unless pre-approved by the Engineer. However, even if pre-
approved as a method of cutting or if the Engineer directs the contractor to utilize this
method of cutting, no payment will be made for this type of work, but rather, it shall be
considered incidental to the Contract bid items and no additional compensation will be
allowed, and as such, merged in the various unit prices bid in the Proposal.
2-02.5 Payment
See bid items descriptions for units of measure and payment.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Add the following:
The Contractor's material suppliers shall be required to furnish certification and
aggregate gradation results from a qualified testing laboratory (approved by Owner) that
the materials supplied are in conformance with these Specifications. The Contractor
shall further be required to provide the services of a City-approved soils testing firm to
conduct "in place" density tests of the gravel materials to verify if the compaction
requirements are in compliance with these Specifications. For bidding purposes the
Contractor shall assume one test for every 50 cubic yards of material used. For
quantities less than 50 cubic yards, a minimum of one test shall be performed. Test
results shall be given directly to the Owner by the testing lab and not via the Contractor.
All costs for furnishing the services of an approved testing laboratory to conduct testing
shall be borne by the Contractor and merged in the various lump sum and unit prices
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 50
■
SPECIAL PROVISIONS -Continued
listed in the Proposal. Crushed surfacing shall be compacted to at least 95% of
maximum dry density using ASTM D1557.
2-03.3(19) Wet Weather Earthwork (New Section)
The following items shall be followed if earthwork is to be accomplished in wet weather
or in wet conditions:
a. Earthwork shall be accomplished in small sections to minimize exposure to wet
weather. Excavation or the removal of unsuitable soil shall be followed
immediately by the placement and compaction of a suitable thickness (generally
8 inches or less) of clean structural fill. The size and/or type of construction
equipment shall be selected as required to prevent soil disturbance. In some
instances, it may be necessary to limit equipment size or to excavate soils with a
backhoe, gradall, or equivalent to minimize subgrade disturbance caused by
equipment traffic.
b. Fill or backfill material shall consist of clean, granular soil, of which not more than
3 percent by dry weight passes the No. 200 mesh sieve, based on wet sieving
the fraction passing the 3/4-inch sieve. The fines shall be non-plastic.
C. The ground surface in the construction area shall be sloped to promote the rapid
runoff of precipitation and to prevent ponding of water.
d. No soil should be left uncompacted and exposed to moisture. A smooth drum
vibratory roller, or equivalent, shall be used to seal the ground surface.
e. Excavation and placement of fill or backfill material will be observed by the
Engineer, to determine that all work is being accomplished in accordance with the
project specifications.
All costs associated with the above items shall be considered incidental to the project
and merged into the various pay items involved.
2-07 WATERING
Prior to placing new fills sub-base course materials all subgrade areas shall be
P 9 9
proofrolled to locate any soft or pumping soils. Proofrolling can be completed using a
piece of heavy tire-mounted equipment or a loaded dump truck. If soft or pumping soils
are observed, such unsuitable subgrade soils shall be overexcavated and replaced.
After completing the proofrolling, the subgrade areas shall be recompacted. The
subgrade shall be recompacted to at least 95 percent of the maximum dry density in
accordance with the ASTM D1557 test procedure.
2-07.3 Construction Requirements
Section 2-07.3 is supplemented with the following:
NE 7th ST/Monroe Ave Storrs System Project U:\docs\2001468 specs.doc Page 51
1
SPECIAL PROVISIONS -Continued
During construction, the Contractor shall have dedicated to the Project a suitable water
truck that shall be operated as necessary to control dust. Failure to have a water truck
immediately accessible to the job and failure to use said water truck for dust control shall
be adequate reason to "shut-down" the Project construction. Such shut down is herein
agreed to by the Contractor upon submitting a bid for this Project.
Water for this Project shall be obtained from the City of Renton at no cost to the
Contractor. However, the City of Renton retains the exclusive right to operate all
hydrants and valves. Furthermore, if conditions warrant, the City can and may elect to
restrict the use, amount, location, and time of removal to best comply with the City's own
needs.
2-07.5 Payment
Add the following:
The cost of water placement shall be merged with the unit price bid for"Bank Run Gravel
for Trench Backfill".
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Section 4-04.1 shall be supplemented with the following:
Crushed surfacing shall be placed beneath the curb, gutters and sidewalk as required,
as well as beneath the asphalt concrete pavement widening and driveway repair
sections, as shown on the plans and as directed by the Engineer.
4-04.3(5) Shaping And Compaction
Section 4-04.3(5) shall be supplemented with the following:
The Contractor's material suppliers shall be required to furnish certification and
aggregate gradation results from a qualified testing laboratory (approved by Owner) that
the materials supplied are in conformance with these Specifications. The Contractor
shall further be required to provide the services of a City-approved soils testing firm to
conduct "in place" density tests of the gravel materials to verify if the compaction
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 52
SPECIAL PROVISIONS -Continued
requirements are in compliance with these Specifications. For bidding purposes the
Contractor shall assume one test for every 50 cubic yards of material used. For qualities
less than 50 cubic yards, a minimum of one test shall be performed. Test results shall be
given directly to the Owner by the testing lab and not via the Contractor. All costs for
furnishing the services of an approved testing laboratory to conduct testing shall be
borne by the Contractor and merged in the various lump sum and unit prices listed in the
Proposal. Crushed surfacing shall be compacted to at least 95% of maximum dry
density using ASTM D1557.
4-04.5 Payment
See bid items descriptions for units of measure and payment.
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 ASPHALT CONCRETE PAVEMENT
5-04.1 Description
Add the following:
Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in
accordance with the Contract Documents.
5-04.2 Materials
Section 5-04.2 shall be supplemented with the following:
Tack coat shall be emulsified grade CSS-1, as specified in Section 9-02.1(6) of the
Standard Specifications. Tack coat shall be applied as specified in Section 5-04.3(5)A of
the Standard Specifications. The tack coat shall be applied to all existing pavement
surfaces and between successive layers of asphalt concrete pavement.
All costs associated with furnishing and applying tack coat shall be considered as
incidental to the construction and shall be included by the Contractor in other pay items
of the Contract.
5-04.3 Construction Requirements
Section 5-04.3 shall be supplemented with the following:
:9
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 53
SPECIAL PROVISIONS -Continued
Temporary Hot Mix
During the course of construction, it may be necessary to provide improved temporary
access along the streets within the construction route and such major property access
roads, as may be designated by the Engineer in the field. Such improved temporary
access shall be provided by patching the crossings and designated entrance roads with
temporary hot mix asphalt concrete, until such time as the permanent asphalt pavement
is installed. The backfill shall be thoroughly compacted and brought to a smooth grade
prior to placing the material.
The temporary hot mix shall be placed, maintained (daily), and removed and
wastehauled by the contractor. The temporary mix shall be placed in two uniform lifts
and shall be compacted using mechanical tampers to the satisfaction of the Engineer.
Typical compacted depth will be 3 inches. For bidding purposes it is assumed that this
material will be furnished, placed, compacted, removed, and wastehauled at various
locations throughout the project.
5-04.3(2) Hauling Equipment
�I
Add the following to the first paragraph:
If truck has not used canvas to protect asphalt from weather during haul the Engineer, or
its representative, reserves the right to reject the load. Rejection of load due to non-
protection will not be basis for any compensation.
5-04.3(5)B Preparation of Untreated Roadway
Section 5-04.3(5)B shall be supplemented with the following:
Before placement of asphalt on untreated roadways and driveways, the Contractor shall
apply soil residual herbicides as specified in Section 5-04.3(5)D. Cost shall be incidental
to the bid item(s) for asphalt.
5-04.3(5)C Crack Sealing
Delete the first sentence and replace with the following:
Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks
and joints, they shall be cleaned with a stiff-bristled broom and compressed air.
5-04.3(9) Spreading and Finishing
Section 5-04.3(9) shall be supplemented with the following:
Asphalt Concrete Pavement(ACP) Class B
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 54
1
SPECIAL PROVISIONS -Continued
ACP Class B shall be placed to the compacted depths specified herein, equal to existing
ACP thickness for restored ACP, or as shown on the Contract Plans as leveling and
wearing course. Asphalt over 3 inches in compacted depth or where specified on the
plans shall be placed in two equal lifts. Placement shall be in accordance with applicable
provisions of Section 5-04.
5-04.3(11) Joints
The first Sentence of Paragraph 5 of Section 5-04.3(11) is revised to read as follows:
The longitudinal joint in any one layer shall be offset from the layer immediately below by
less than 12 inches.
Section 5-04.3(11) shall be supplemented with the following:
The Contractor shall provide butt joints where the new asphalt concrete pavement meets
the existing pavement as shown on the Plans or as directed by the Engineer in a manner
to produce a smooth riding connection to the existing pavement. The depth of butt joint
required shall be determined by the depth of new asphalt concrete pavement specified
on the Plans. The surface elevation of new and existing asphalt concrete pavement
shall be the same as all butt joints, see detail in plans.
All asphalt concrete joints shall be sealed with asphalt cement AR-4000W per Section
9-02 Bituminous Materials, or as directed by the Engineer. After sealing, a sand blanket
shall be hand applied to the surface to help prevent tracking. Excess sand shall be
removed and wastehauled. All costs associated with providing, placing and sealing butt
joints shall be considered incidental to and included in the unit contract prices for the
various items involved.
Existing pavement shall be sawcut before commencing excavation, per Section 2-02.3(7)
of the Special Provisions and shall be removed, as required, for the construction.
The width of pavement cuts shall be approved in the field by the Resident Inspector
before cutting or removal of the pavement.
5-04.3(13) Surface Smoothness for Asphalt Concrete Pavement
The second sentence of the first paragraph of Section 5-04.3(13) is revised to read as
follows:
The completed surface of the wearing course shall not vary more than 1/4 inch from the
lower edge of a 10-foot straightedge placed on the surface parallel to centerline.
5-04.3(15) Asphalt Concrete Approach
Section 5-04.3(15) shall be supplemented with the following:
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 55
SPECIAL PROVISIONS-Continued
Where shown on the plans and as further directed in the field by the Engineer, the
existing asphalt driveways shall be reconstructed to provide a smooth transition to match
with the new roadway grade. The approximate limits of reconstruction are noted on the
plans and will be determined during construction. The existing asphalt pavement shall
be removed in accordance with Section 2-02.3(3). The asphalt concrete sawcut shall be
made in accordance with Section 2-02.3(7). Crushed surfacing top course shall be
placed in accordance with Section 4-04 and asphalt concrete pavement shall be placed
in accordance with Section 5-04 of these specifications.
Prior to paving the driveway, the Contractor shall obtain the Engineer's approval that the
new approach meets the requirements of the Owner. At some locations, after the
driveway has been graded, the limits may need to be expanded to meet the Owner's
requirements. All additional work will be paid under the respective unit bid prices.
The asphalt concrete driveways shall be constructed as follows. All asphalt concrete
pavement shall be sawcut. The drive shall first be shaped to size and grade, as
designated by the Engineer. Two inches (minimum) of crushed surfacing top course
shall then be placed and compacted. A two-inch lift of Class "B" asphalt concrete, as
specified for this project shall then be placed and compacted. All cold joints shall be
sealed with a 6 inch wide strip of AR4000W and sand blanket to alleviate tracking.
5-04.3(17) Paving Under Traffic
The following sentence should be added to the second paragraph of this section:
No traffic shall be allowed on newly placed pavement without the approval of the
Engineer.
5-04.4 Measurement
The unit price bid per ton for Asphalt Concrete Pavement Cl. "B" shall be measured in
the field and includes furnishing, installing, compacting, and removing and wastehauling.
Trip tickets shall be given to the Engineer on delivery.
5-04.5 Payment
See bid items descriptions for units of measure and payment.
5-05 CEMENT CONCRETE PAVEMENT
5-05.3(18) Cement Concrete Driveway Approach
Section 5-05.3(18) shall be supplemented with the following:
Cement Concrete Driveway Approach shall conform to the details shown on the Plans
for driveways. The driveway width shall be as shown on the Plans or as directed by the
Engineer to suit field conditions. The Contractor's attention is called to the several
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 56
SPECIAL PROVISIONS -Continued
different driveway approach configurations. It is essential that the proper standard plan
be used as indicated on the Plans. The Contractor shall confirm each driveway type and
width in the field with the Engineer prior to forming the driveway.
Before placing any concrete, the Contractor shall have on the job site enough protective
paper, or equivalent, to cover the pour of an entire day in the event of rain or other
unsuitable weather conditions.
Access shall be maintained at all times. The Contractor shall use steel plates to bridge
and protect new driveway approaches during the curing period.
5-05.3(20) Cement Concrete Driveway (New Section)
Cement Concrete Driveways shall be constructed at the locations shown on the Plans to
match existing cement concrete driveways behind the back of the sidewalk.
Cement concrete driveways shall be six (6) inches thick and shall be constructed using
3-day concrete as Specified in Section 5-05 of the Standard Specifications over four (4)
inches of Crushed Surfacing Top Course. Concrete finishing for transitions to existing
cement concrete driveways shall match the existing surface as closely as possible.
Existing cement concrete driveways shall be sawcut and the new pavement butt jointed
to the existing driveway.
Forms for the straight sections of the driveway shall have a minimum thickness of 3" and
be equal to the nominal depth of the concrete. Plywood or 1" lumber may be used on
radii. All forms shall be securely staked and blocked to true line and grade.
A soil residual herbicide shall be applied in conformance with Section 5-04.3(5)D of the
Standard Specifications. All costs associated with Cement Concrete Driveway shall be
considered incidental to and included in the unit contract price for"Cement Concrete
Driveway."
The placing and compaction of the subgrade and crushed surfacing shall be in
accordance with the requirements of the various applicable sections of the Standard
Specifications and these specifications.
The driveway shall be protected against damage or defacement of any kind until
acceptance by Owner. Any driveway not acceptable, in the opinion of the Engineer,
because of damage or defacement shall be removed and shall be replaced by the
Contractor at his expense.
Should the wrong driveway type or width be installed and the Contractor has failed to
confirm the driveway as mentioned above, the driveway shall be removed and replaced
at the Contractor's sole expense.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 57
SPECIAL PROVISIONS -Continued
Access shall be maintained at all times. The Contractor shall use steel plates to bridge
and protect new driveways during the curing period.
"Soil Residual Herbicide" shall be incidental to other items specified for pavement
surfaces.
DIVISION 6
STRUCTURES
6-12 ROCKERIES
Add the following:
All reconstruction of existing rock walls as shown on the Plans and in these
Specifications shall conform to this section. Payment for this item of work shall be
incidental to the unit contract price for"Remove/ Restore Existing Landscaping".
DIVISION 7
DRAINAGE
7-01 DRAINS
7-01.1 Description
Section 7-01.1 shall be supplemented with the following:
Existing foundation, yard and roof drains are anticipated to be discovered at various
locations along the project limits. The Contractor shall connect all existing drains to the
new storm sewer system as indicated on the Plans and/or as further directed in the field
by the Engineer. All existing pipe connections shall be made into a catch basin, and a
Fernco adaptor to the existing line. All component materials of the connection shall be
approved prior to installation. For bidding purposes, the Contractor shall assume the use
of 6-inch CPEP pipe, Fernco adapter for each connection of existing drain.
7-01.4 Measurement
Section 7-01.4 shall be supplemented per the Supplemental Specifications and the
second and third paragraphs shall be deleted and replaced with the following:
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 58
SPECIAL PROVISIONS -Continued
No separate measurement or payment will be made for trench excavation or gravel
backfill for drains. All such excavation and backfill to include wastehaul of excess and
unsuitable materials, furnishing, placing, and compacting pipe bedding, shall be
considered incidental to and included in the unit bid price for all storm pipes of the size
noted in the Proposal.
7-01.5 Payment
See bid items descriptions for units of measure and payment.
7-04 STORM SEWERS
7-04.2 Materials
Add the following:
The storm sewer pipe shall be the size indicated on the Plans. Unless otherwise
indicated on the Plans, corrugated polyethylene storm sewer pipe (CPEP) shall be used
for all storm sewer pipes. Pipe shall be tested per Section 7-4.3(1)E of the WSDOT
Standard Specifications as applicable.
7-04.5 Payment
See bid items descriptions for units of measure and payment.
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.1 Description
Section 7-05.1 shall be supplemented with the following:
Delete the reference to "Standard Plans" and replace it with "City of Renton
Standard Details."
7-05.2 Materials
7-05.2(1) Frames and Covers (New Section)
Manhole frames and covers shall be made from superior quality ductile iron and suitable
for H-20 loading conditions. The iron shall be of such character as to make castings that
will be tough, strong, sound, and of even grain and shall conform to the requirements of
ASTM A48, Class 30B. Manhole frames and covers shall be of uniform quality, free from
blowholes, porosity, shrinkage distortion, cavities, cracks, or other defects. They shall be
smooth and well cleaned and continuously machined to prevent rocking and rattling.
Welded or caulked repairs shall not be permitted. Covers shall be easily removable and
shall be interchangeable. Castings shall be as shown on the Plans, and storm sewer
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 59
SPECIAL PROVISIONS -Continued
covers shall be marked "Storm" with cast-in, two-inch-high, APWA standard lettering.
The manufacturer's name shall be cast into, and not stamped on, an exposed surface.
All catch basins and concrete inlets shall be furnished with a vaned cast iron, rectangular
frame and grate, (Olympic Foundry or Owner-approved equal) unless (ring and) solid lid
is otherwise indicated in the Plans. All access risers shall have solid lids frames shall be
grouted to the body of the catch basin. Catch basins and surface inlets shall be set to
line and grade, approved in the field by the Engineer.
7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets (New Section)
The concrete catch basins and concrete inlets shall be of precast concrete, per City of
Renton Standard Details.
7-05.3 Construction Requirements
Section 7-05.3 is supplemented with the following:
Delete the sentence "No pipe joint in flexible pipe shall be placed within 10 feet of the
manhole." and replace it with "When laying pipe, a pipe joint shall be placed within 12
inches from the outer face of all manholes."
Add the following paragraphs:
The Contractor shall construct all manholes, and catch basins from precast
concrete bases and risers. Cast-in-place concrete bases shall be watertight and
may only be used for"straddle" of existing systems.
Precast sections with damaged joint surfaces or with cracks or damage that would permit
infiltration shall not be installed.
Precast base sections shall be set on a prepared bedding material. Before the precast
base is set in place, the bedding material shall be carefully leveled to provide full bearing
for the entire base section.
Precast riser sections and cones shall be set using the specified joint sealant or gasket.
Priming and preparation of surfaces and installation of jointing material shall be in strict
conformance with the manufacturer's instructions. Only one riser section one-foot high
shall be used per structure. Grade rings shall be set in a full bed of cement grout.
Frames shall be set carefully to the established surface grade in a full bed of cement
grout. The contact surfaces of the frames and covers shall be machined finished to a
common plane or have other adequate provisions to prevent rocking. The rim elevation
shall be set flush with the existing pavement or grade in paved and improved areas. In
unimproved areas, rim elevations shall be set one-inch above finished grade unless
otherwise shown on the Plans to be set higher.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 60
SPECIAL PROVISIONS -Continued
Channeling of inverts shall be provided, where required, and given a light broom finish,
or equivalent, and shall be sloped to drain into the invert. Where new connections are
made to existing structures, any existing channelization shall be removed or modified, at
the Contractor's option, so that all pipes are channeled to drain to the exit invert. Pre-
channelized structures are not acceptable.
Steps shall be installed in base sections, riser sections, and taper sections so that the
completed manhole will have a continuous vertical ladder with equally spaced rungs.
Steps shall be firmly cast or grouted in place. Infiltration from around steps will not be
permitted.
Frames shall be grouted to the body of catch basins. The catch basins shall be set to
line and grade as shown on the Plans or approved in the field by the Engineer. All pipe
couplings shall be securely grouted into the structure. The cost of the catch basin shall
include "straddling" or interrupting the existing storm system, where required, removing
the existing pipeline within the new basin, and connecting the new pipeline to the new
structure.
7-05.5 Payment
See bid items descriptions for units of measure and payment.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)A Trenches
Section 7-08.3(1)A shall be supplemented with the following:
Trench excavation shall include removal and wastehaul of all excess and/or unsuitable
material encountered, including but not limited to, abandoned pipelines, concrete,
asphalt, tree stumps, trees, logs, abandoned rail ties, piling, riprap, and other deleterious
' material. It shall also include dewatering.
It is not anticipated solid rock will be encountered. Should such material be
encountered, however, it will be paid for by change order. Boulders or broken rock less
than two (2) cubic yards in volume, will not be classified as rock, nor will so-called "hard-
pan" or cemented gravel.
The Contracting Agency reserves the right to restrict the Contractor in the amount of
trench open at any one time. Should the Contractor, in the Engineers' opinion, fail to
diligently pursue adequate backfilling and compaction efforts, the limit of open trench
shall be 100 lineal feet. Upon completion of work each day, all open trenches shall be
completely backfilled, compacted, leveled and temporarily patched, graveled, or
otherwise protected (as approved by the owner), as herein specified.
If the Contractor purposely or neglectfully excavates trenches to a width beyond the
maximum payment limit lines of the trench, as detailed on the Plans, then payment for
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 61
SPECIAL PROVISIONS -Continued
import trench backfill, and any additional surface restoration (temporary and permanent)
of the type warranted shall be limited to the maximum payment width specified on the
Plans for that size of pipe and depth of bury. All trench backfill, bedding, and surface
restoration required beyond the maximum payment limits, shall be merged in the various
items bid and include the additional compaction and testing of same.
The width of the trench in the vicinity of the pipe shall be carefully controlled and
maintained to insure the structural strength of the pipe is not jeopardized. See details on
the Plans.
The cost of foundation materials beneath structures (i.e., catch basins, manholes
and stormwater vaults), as shown on the Plans, shall be included in the unit price
bid for each structure, complete, and in place. The cost of additional excavation
and dewatering required in order to provide space for foundation material and
wastehauling of native material shall also be included in the unit price bid for each
structure, complete, and in place.
7-08.3(1)B Shoring
Add the following:
All costs of providing, installing, maintaining, and removing those items
necessary to provide adequate safety systems for trench excavation, as specified
in Section 2-09.3(3)D shall be merged in the lump sum price bid for"Trench
Shoring and Excavation Safety Systems" as listed in the Proposal. This item shall
be paid proportionate to the satisfactory installation of all pipeline, conduits,
walls, embankments, and structures, as noted in the Proposal.
7-08.3(1)C Pipe Zone Bedding
Add the following:
All references to "Standard Plan" shall be deleted, and replaced with the details shown
on the Plans.
Bedding shall be placed in more than one lift. Pipe installation shall be in the first lift of
bedding, consisting of compacted (minimum of 90% of modified Proctor maximum
density per ASTM DII 557-70) granular material.
This bedding layer er shall extend the full width of the trench bottom after being
consolidated by the use of a "flat tamper'. This lift shall be spread smoothly and bell
holes dug, where necessary, to insure uniform support along its full length of the pipe
barrel.
Subsequent lifts of not more than six inches shall be placed up to the horizontal diameter
of the pipe, carefully placed and firmly compacted to provide a firm, uniform cradle for the
pipe. These lifts shall be consolidated first by the use of tamping bars, taking care to
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 62
SPECIAL PROVISIONS -Continued
work the material under the pipe haunches so that no voids are left. Then a flat tamping
bar shall be used to compact the bedding material along the side of the pipe to the trench
walls to provide lateral support for the pipes. These lifts shall be individually compacted
to 90% of modified Proctor maximum density for the full width of the trench, as
determined by ASTM D1557-70.
Further lifts of compacted bedding material shall be placed in lifts of not more than 6
inches thickness to a minimum of 6 inches above the crown of the pipe for flexible pipe
and to the spring line of the pipe for rigid (concrete or ductile iron) pipe.
There shall be at least one-foot of cover over the top of the pipe before the trench
is wheel-loaded and three feet of cover before utilization of a hydro-hammer
during compaction.
7-08.3(1)D Dewatering
It shall be the sole responsibility of the Contractor to determine what, if any, dewatering
measures and efforts may be needed. All costs for dewatering operations, including but
not limited to materials, equipment and labor, shall be considered incidental to other bid
items as no separate monies will be due to the Contractor for this work.
If dewatering measures are necessary, then it shall be the sole responsibility of the
Contractor to control the rate and effect of the dewatering in such a manner as to avoid
all objectionable settlement and subsidence. The Contractor shall comply with all codes,
regulations and ordinances of applicable governing authorities with regard to drilling,
dewatering, and erosion control. The significant removal of"fines" is not permitted.
The Contractor shall submit to the Owner for review and approval prior to dewatering
activities, a dewatering plan discussing proposed methods, equipment sizes, and
contingency plans should dewatering cause settlement of adjacent facilities. The
dewatering plan shall show specific locations, in plan and section where dewatering is
expected as well as a general discussion of methods should water be encountered in
other locations.
Before operations begin, the Contractor shall have available on site sufficient pumping
equipment and/or other machinery to assure that the operation of the dewatering system
can be maintained. The Contractor shall provide direct power drops or use a "Whisper"
generator for the dewatering process and is responsible for coordinating and furnishing
all power drops.
During excavation, installing of conduit and structures, and the placing of backfill,
excavations shall be kept free of water. The Contractor shall furnish all equipment
necessary to dewater the excavation and shall dispose of the water in such a manner as
not to cause a nuisance or menace to the public. The dewatering system shall be
installed and operated by the contractor so that the groundwater level outside the
excavation is not reduced to the extent that would damage or endanger adjacent
structures or property. The release of groundwater to its static level shall be performed
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 63
SPECIAL PROVISIONS -Continued
in such a manner as to maintain the undisturbed state of the natural foundation soil,
prevent disturbance of backfill and prevent movement of structures and pipelines.
Dewatering shall be done by such method as the Contractor may elect. Dewatering
sufficient to maintain the groundwater level at or below the surface of trench bottom,
base of the bedding course or other foundation shall be accomplished prior to pipe laying
and jointing or placement of reinforcing steel for concrete. The dewatering operation,
however accomplished, shall be carried out so that it does not destroy or weaken the
strength of the soil under or alongside the excavation. If well points or wells are used,
they shall be adequately spaced to provide the necessary dewatering and shall be
sandpacked or provided with other means to prevent pumping of fine sands or silts from
the subsurface. A continual check by the Contractor shall be maintained to insure that
the subsurface soil is not being removed by the dewatering operation. Where critical
structures or facilities exist immediately adjacent to areas of proposed dewatering,
reference points shall be established and observed at frequent intervals to detect any
settlement which may develop.
Should settlement be observed, the Contractor shall cease dewatering operations and t
implement contingency plans as outlined in the approved dewatering plan. The
responsibility for conducting the dewatering operation in a manner which will protect
adjacent structures and facilities rests solely with the Contractor. The cost of repairing
any damage to adjacent structures and restoration of facilities shall be the responsibility
of the Contractor. Permanent piping systems existing or new shall not be incorporated
into the Contractor's dewatering system.
All wells shall be abandoned in accordance with the Washington Administrative Code
Section 173-160.415. Contractor shall procure and pay for any approval(s) and/or
permit(s) required by the Department of Ecology in regards to the construction, use and
abandonment of dewatering wells. The Contractor shall also be required to comply with
all conditions and requirements mandated by the Department of Ecology and is
encouraged to familiarize himself/herself with current regulations in this regard. All costs
of same shall be included in the various lump sum and unit prices bid as listed in the
Proposal as no separate monies will be due the Contractor for this work.
7-08.3(2)E Rubber Gasketed Joints
Add the following:
9
Joint gaskets shall be fabricated from a compound of which the basic polymer shall be a
synthetic rubber consisting of styrene, butadiene, polyisoprene or any combination
thereof, and shall meet the requirements of ASTM 1869, latest revisions.
7-08.3(3) Backfilling
Section 7-08.3(3) shall be supplemented with the following:
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 64
SPECIAL PROVISIONS -Continued
It is the intent of these Specifications to utilize suitable excavated material where
available. However, for bidding purposes, it shall be the responsibility of the Contractor
to estimate the amount of excavated material that will be suitable for backfill purposes,
as best determined from the information available. Imported trench backfill shall conform
to the requirements of Section 9-03.19 as backfill. Import material will be utilized when
necessary, as called out on the Plans and further pre-approved by the Engineer and
authorized for payment.
Trench backfill shall be compacted to 95% maximum density if pipe is being placed in
paved areas. Trench backfill shall be compacted to 90% maximum density if pipe is
being installed in unpaved areas.
If the subgrade soils are soft, become disturbed, or are otherwise unsuitable, a separate
12-inch thick foundation material leveling course shall be placed to protect the subgrade
and provide uniform support. If organic silt is found at subgrade, the organic silt layers
shall be overexcavated if they are present within two feet below the pipe invert or base of
manhole structures. The overexcavated area shall be backfilled with foundation
material. If the organic silt is deeper than two feet below the pipe, no overexcavation
shall be necessary.
7-08.5 Payment
See various bid items descriptions for units of measure and payment.
7-17.3(2)H Television Inspection (Replacement Section)
Section 7-17.3(2)H shall be replaced with the following:
All storm and sanitary sewer lines shall be inspected by the use of a television camera
before final acceptance. The Contractor shall bear all costs 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.
rThe video inspection shall be done after the manholes have been channeled and the line
cleaned and flushed. The video inspection shall be done with a minimum flow of water in
the pipe and inspected in the direction of the flow unless otherwise directed by the
Engineer.
The camera shall have rotational capabilities and be used by the operator to view up
each side sewer connection and provide best views of any non-conforming items.
Once the television inspection has been completed the Contractor shall submit to the
Engineer the written reports of the inspection plus the video tapes. Said video tapes are
to be in color and compatible with the City's viewing and recording systems. The City
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 65
SPECIAL PROVISIONS-Continued
system accepts 'h inch wide high density VHS tapes. The tapes will be run at standard
speed SP (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms as
considered industry standard and as approved by the Owner, and provide completed
forms and video tapes of the completed TV inspection to the Owner.
The costs incurred by the Contractor will be covered by the bid item for such television
inspections, and all costs associated with the initial inspection and any requested
additional inspections shall be included.
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL
8-01.1 Description
Supplement this section with the following:
Work shall include the placement of temporary and permanent erosion control facilities
during the duration of this project. The Contractor will be held solely responsible for
maintenance of all erosion control facilities necessary during the duration of this
Contract.
Work shall include but not be limited to the following:
• Storm Drain Inlet Protection
• Sediment Control Fencing
• Sandbags and Hay Bales
• Seeding, Fertilizing, and Mulch
• Topsoil
• Covering Soil with Plastic Covering
• Miscellaneous Erosion Control
8-01.2 Materials
Supplement this section with the following:
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 66
SPECIAL PROVISIONS -Continued
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or
approved equal.
8-01.3(2)A Topsoil
Section 8-01.3(2)A is supplemented with the following:
f
Topsoil shall be a mixture of Pacific Garden Mulch 30% and Loamy Sand 70% screened
through a 3/8" screen. Available through Pacific Topsoils (800) 884-7645 or equivalent.
8-01.3(3) Miscellaneous Erosion Control (New Section)
Contractor shall take all necessary precautions to prevent sediment from construction
activities from entering into storm water systems or natural waterways and from being
transported away from the construction area by storm water.
The Contractor shall cover all soil stockpiles at the end of the workday with plastic
sheeting securely anchored against the wind. Runoff from the plastic sheeting shall not
impact private property and shall be directed to the City storm sewer system.
8-01.3(4)A Seeding
Section 8-01.3(4)A shall be supplemented with the following:
Turftype Perennial Ryegrasses shall be a blend of the following:
Dasher II Manhattan II % by Weight 100
Fiesta II Prelude Min. Seed 98
Diplomat Bright Star Min. Germination 90
Omega II Saturn Max. Weed Seed 05
EIF SR 4200
Tophat
Lawn Seed Mix (rates, per 1,000 so
46#Wood Fiber Mulch
5# Seed Mix
15# 10-20-20 Fertilizer
1#Tackifier
When weather conditions are not conducive to satisfactory results from seeding
operations the Engineer may order the work suspended and it shall be resumed only
when the desired results are likely to be obtained.
Inspection of any area will be made upon completion of each area of application of
seeding and fertilizing and again upon completion of the application of the mulching.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 67
SPECIAL PROVISIONS -Continued
The work in any area will not be measured for payment until a uniform distribution of the
material is accomplished at the specific rate.
In some areas, it may be necessary to apply a four-inch lift of"top-soil" to the disturbed
surface prior to hydroseeding. This item will be paid for separately as noted in the
Proposal.
8-01.3(4)B Fertilizing
Section 8-01.3(4)B shall be supplemented with the following:
A. Tree & Shrub Fertilizer
Agriform 20-10-15 planting tablets or equivalent.
B. Lawn Fertilizer.
A commercial fertilizer meeting the requirements of Section 9-14.3 shall
be furnished. All fertilizer shall be pre-mixed prior to bringing on the job.
Initial Application: 10-20-20 at the rate of fifteen (15) pounds per 1,000
square feet.
Second Application: When the grass is two inches high, and prior to
mowing, a post-seeding fertilizer (10-20-20), shall be applied at the rate of
fifteen (15) pounds per 1,000 square feet.
Fertilization after first mowing: After the first mowing, the Contractor shall
apply fertilizer (6-2-4) at the rate of thirty pounds (30 lbs.) per one
thousand square feet (1,000 sq. ft.). First mowing shall occur when the
grass first reaches two (2 ) inches in height and shall be mowed to a
continuing height of one and one half inches (1-1/2"). Mowing shall
continue on a weekly basis thereafter until Physical Completion of the
project.
8-01.3(5) Mulching
Section 8-01.3(5) shall be supplemented with the following:
HY droseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating
process, from fir, hemlock, or alder. The mulch shall have a minimum 60% of fibers
8.5 mm or longer and 77% of the total fiber exceeding 3.5 mm in length.
Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on
each package. Fiber shall be dyed green in color to provide visual metering of
application. Tackifier shall be incorporated into the wood fiber in the drying process.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 68
SPECIAL PROVISIONS -Continued
Percentage of tackifier shall not be less than 2% or greater than 10%, with the
percentage used clearly labeled on the outside of package.
8-01.3(6)B Soil Binder or Tacking Agent
Section 8-01.3(6)B shall be supplemented with the following:
Tackifier to be primarily composted of guar gum. Tackifier shall be incorporated into the
wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or
greater than 10%, with the percentage used clearly labeled on the outside of package.
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular
wood fiber mulch to provide tackifier rates equivalent to or greater than specified.
8-01.5 Payment
Payment for all construction associated with these items of work shall be under the unit
and lump sum contract prices for the various bid items described in the Proposal.
See bid items descriptions for units of measure and payment.
8-02 ROADSIDE PLANTING
8-02.1 Description
Section 8-02.1 shall be supplemented with the following:
This work shall include all planting of trees, shrubs and sod on the site. The planting
shall be installed using the materials shown on the Plans and/or as specified in these
Special Provisions. The planting shall be installed to grades and conform to the areas
and locations as shown on the Plans, or as directed by the Engineer.
8-02.2 Materials
Section 8-02.2 shall be supplemented with the following:
Trees & Shrubs
Trees and shrubs shall be as specified on the drawings and conform to Section 9-14.6.,
and to the American Standard for Nursery Stock ANSI Z 60.1 — 1996 for quality
standards.
Fertilizer
Tree and Shrub Fertilizer:
Agriform 20-10-15 planting tablets for planting pits.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 69
SPECIAL PROVISIONS -Continued
Trees: Four (4) 21 gram tablets
Shrubs: Two (2) 21 gram tablets
Groundcovers: None required.
Fertilizer for sodded areas:
Initial application: 10-20-20 at the rate of fifteen (15) pounds per 1,000 square feet.
Second application: When the grass is two inches high, and prior to mowing, a post-
seeding fertilizer (10-20-20), shall be applied at the rate of fifteen (15) pounds per 1,000
square feet.
Fertilization after first mowing: After the first mowing, the Contractor shall apply fertilizer
(6-2-4) at the rate of thirty pounds (30 lbs.) per one thousand square feet (1,000 sq. ft.).
First mowing shall occur when the grass first reaches two (2") inches in height and shall
be mowed to a continuing height of one and one half inches (1-1/2"). Mowing shall
continue on a weekly basis thereafter until Physical Completion of the project.
Mulch
Shrub Bed Mulch:
Shrub bed mulch shall be Pacific Garden mulch or equal approved by the City. Available ,
through Pacific Topsoil (800) 884-7645.
Tackifier.-
Tackifier to be primarily composed of guar gum. Tackifier shall be incorporated into the
wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or
greater than 10%, with the percentage used clearly labeled on the outside of package.
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular
wood fiber mulch to provide tackifier rates equivalent to or greater than specified.
Grass:
TurftYP a Perennial R e rasses shall be a blend of the following:
Y 9
Dasher II Manhattan II % by Weight 100
Fiesta II Prelude Min. Seed 98
Diplomat Bright Star Min. Germination 90
Omega II Saturn Max. Weed Seed .05
EIF SR 4200
Tophat
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 70
SPECIAL PROVISIONS -Continued
Lawn Seed Mix (rates per 1,000 so:
46#Wood Fiber Mulch
5# Seed Mix
15# 10-20-20 Fertilizer
1#Tackifier
Sod:
Provide sod as follows:
Mixture: 60% Perennial Turf Type Ryegrass
20% Hybrid Kentucky Bluegrass
20% Fescue
Ryegrass: 60% by weight
TARA perennial ryegrass
DANDY perennial ryegrass
SHERWOOD perennial ryegrass
Fescue: 20% by weight
SPARTAN Hard Fescue
Sod shall:
• contain no more than 1% other grasses, none of which is coarse or of undesirable
variety.
• be free of weeds, pests, and diseases.
• contain no more than 1% Poa Anna (annual bluegrass).
• be not less than 10 months old and no more than 14 months old; healthy and with a
dense, vigorous, well-developed root structure.
• be grown on fumigated soil with intensive care and cultivation under rigid quality
control.
• be cut from fields no more than 24 hours before delivery to job site.
Sod is available through County Green Turf Farms; 1-800-300-1763, or approved equal..
fll
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 71
SPECIAL PROVISIONS -Continued
8-02.3 Construction Requirements
Section 8-02.3 shall be supplemented with the following:
Sod:
Prior to laying sod, the initial application of the 10-20-20 fertilizer shall be spread and
raked into the topsoil. When grass reaches 2" in height and before mowing, apply the
second application of 10-20-20.
Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be
moistened by sprinkling. All butt joints shall be staggered. On sloped areas, the sod
shall be laid with the long dimension parallel to the toe or top of slope. After placing, the
sod shall be rolled and heavily watered by sprinkler.
The Contractor shall be responsible for watering and fertilizing the sod during the
establishment period. Watering shall be scheduled to prevent drying of joints between
sod strips. Four weeks after the first mowing, 6-2-4 fertilizer shall be applied and
reapplied at six week intervals.
Maintenance:
The maintenance of all sodded and seeded areas shall include watering, weed ,
treatment, mowing (between April 1st and September 301") with a mower with soft
pneumatic wheels, and edging adjacent to paving, curbs, or walls. Maintenance shall
continue until physical completion of the project.
Inspection and Substantial Completion:
After completion of all sodding and seeding, including the post-planting fertilization,
which follows the first mowing, the Engineer will review the sodded or seeded areas for
adequacy. Areas not fully established (sod) or germinated (seeded) with a uniform stand
of grass, or areas damaged through any cause prior to this inspection shall be
resodded/reseeded, as herein specified at the Contractor's expense. "Uniform stand of
grass" shall signify complete cover of lush, thriving, green grass with no bare spots.
Reseeding:
9
Reseed and fertilize with 6-2-4 at a rate of four hundred pounds (30 lbs.) per 1,000 sf, all
areas failing to show a uniform stand of grass after germination of seed, or damage
through any cause before physical completion of the project.
8-02.3(2)A Chemical Pesticides
No chemical herbicides will be allowed in planting or ground cover areas.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 72 ,
SPECIAL PROVISIONS -Continued
8-02.3(4) Preparation, Cultivation, and Cleanup
The costs of removing all excess material and debris shall be incidental to other contract
pay items.
Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into
the existing subgrades to a minimum transition depth of 6 inches.
� i8-02.3(4)a Finish Grading and Topsoiling
Finish grades of planting and seeding areas shall allow for soil preparation and mulch.
Finish grades shall be as follows:
Planting Areas: 2 inches below all walks, curbs, and/or hard-surface edges.
Seeding Areas: 1 inch below all walks, curbs, and/or hard-surface edges.
Perform all excavation and backfill necessary to provide finish grade of landscape areas
as indicated and specified. Remove from site excess and unsuitable material. Any fill
material required to bring landscape areas to finish grade shall be imported Topsoil Type
A. Landscape areas shall be graded to lines, grades, and cross sections indicated.
Grades shall meet the following:
1. Maximum 2:1 slope, unless otherwise indicated.
2. Smooth and round off surfaces at abrupt grade changes.
3. Feather grades to meet existing gradually.
4. Provide minimum 2 percent crown or slope in all landscape areas. The
Contractor is responsible for any adverse drainage conditions that may
affect plant growth, unless he contacts the Project Engineer immediately
indicating any possible problem.
Finish grades shall be inspected and accepted by the Project Engineer prior to
commencing planting or seeding work.
The costs of removing all excess material and debris shall be incidental to other contract
Ipay items.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 73
SPECIAL PROVISIONS -Continued
8-02.2 Measurement
Modify Section 8-02.4 as follows:
Mulch:
Mulch shall be measured by the cubic yard in the haul conveyance or container at the
point of delivery.
Shrubs:
Pay quantities for shrubs will be determined by the count of the satisfactory shrubs
accepted by the Engineer.
Sod:
Sod lawn shall be measured along the ground slope and computed in square yards of
actual sod installed, established, and accepted.
8-02.5 Payment
Payment for all construction associated with this item of work shall be under the unit
contract price for the various bid items described in the Proposal. ,
See bid items descriptions for units of measure and payment.
8-04 CURB, GUTTERS, AND SPILLWAYS
8-04.1 Description
Add the following:
Work includes replacement of curb and gutters removed or damaged due to construction
activities.
8-04.3 Construction Requirements
Add the following:
Curb and gutters shall match the existing curb and gutter, including type and dimensions,
unless otherwise noted in the Plans or by the Engineer. Grade shall meet adjacent curb
and gutter in a smooth transition.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 74
SPECIAL PROVISIONS -Continued
8-04.3(3) Width of Replacement (New Section)
Contractor shall replace curb and gutter to the nearest construction joint, unless
otherwise authorized by the Engineer.
8-04.5 Payment
Payment for all construction associated with this item of work shall be under the unit
contract price for"Cement Concrete Curb and Gutter".
See bid items descriptions for units of measure and payment.
P PY
8-12 CHAIN LINK FENCE, WIRE FENCE AND WOOD FENCE
8-12.3 Construction Requirements
Section 8-12.3 shall be supplemented with the following:
The construction of all chain link, wire, and wood fences shall be only to replace an
existing fence within the work area that is disturbed or damaged due to construction
practices. All fences within the designated work area as shown on the Plans that are
disturbed or damaged shall be repaired or replaced to at least original condition. All
fences outside the designated work area that are disturbed or damaged shall be repaired
or replaced to at least original condition at no additional cost to the City. See Bid Item
"Remove / Relocate Existing Fence" for units of measure and payment.
Chain Link Fence shall be of the type and size indicated on the Plans. All forty-eight
(48") inch chain link fence shall be Type 6, as per WSDOT Standard Plan L-2 with the
following modifications; fence shall have a bottom rail and black vinyl coating as per
Section 9-16.1.
The chain link fabric should not extend above the plane of the top rail. The top rail
should be smooth, continuous surface.
8-12.5 Payment
Payment for all construction associated with this item of work shall be under the unit
contract price for"Remove / Relocate Existing Fence".
See bid items descriptions for units of measure and payment.
NE 7th ST/Monroe Ave Storm System Project UAdocs\2001468 specs.doc Page 75
SPECIAL PROVISIONS -Continued
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Add the following:
Work includes replacement of sidewalks removed or damaged due to construction
activities. Replacement of sidewalks shall include driveways and handicap access
areas.
8-14.3(2) Placing and Finishing Concrete
Add the following:
Contractor shall match the existing dimensions of the sidewalk, unless otherwise
directed by the Plans or Engineer. Grade shall meet adjacent sidewalks in a smooth
transition.
8-14.3(5) Width of Replacement(New Section)
Contractor shall replace sidewalk to the nearest construction joint, unless otherwise
authorized by the Engineer.
8-14.5 Payment
Payment for all construction associated with this item of work shall be under the unit
contract price for"Cement Concrete Sidewalks".
See bid items descriptions for units of measure and payment.
8-21 PERMANENT SIGNING
8-21.3(5) Sign Relocation
Section 8-21.3(5) shall be supplemented with the following: ,
Permanent Sign Relocation
During the life of the Contract, all existing signs that are damaged or removed shall be
replaced by the Contractor at no expense to the Owner.
Temporary Sign Relocation
Existing signs may be temporarily relocated to portable sign stands for convenience of
construction, subject to the approval of the City inspector. When temporarily installed on
posts, the signs shall be located as near as practical to their permanent locations and
shall have a minimum vertical clearance above the pavement in accordance with the
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 76
SPECIAL PROVISIONS -Continued
Manual on Uniform Traffic Control Devices (MUTCD). Upon completion of construction
in the area immediately surrounding the permanent sign location, the sign and support
shall be re-installed in their permanent location.
All portable sign stands shall be designed to rigidly support the sign in position without
creating a hazard to the motorist. Portable sign stands shall be furnished by the
Contractor and upon completion of the work shall remain the property of the Contractor
and shall be removed from the project.
Existing signs shall be relocated as directed and indicated on the Contract Plans. All
signs, unless specified herein, shall be mounted at a height of seven feet as measured
vertically from the ground (finished grade) to the bottom of the sign. Signs shall be
installed in conformance with the Standard Sign Installation Plan Detail. All sign posts
shall conform to the Standard Sign Installation Plan Detail. Existing sign posts which do
not conform to said detail shall be removed and wastehauled and a new sign post shall
be furnished.
i8-21.5 Payment
All costs for furnishing and installing new signs, relocating existing signs, removing and
delivering signs to City shop, as specified herein and shown on the Plans including metal
tube sign posts, concrete anchors, and fasteners shall be included in the lump sum price
bid for"Remove/ Relocate Existing Signing" as listed in the Proposal.
See bid items descriptions for units of measure and payment.
8-22 PAVEMENT MARKING
8-22.1 Description
Supplement this section with the following:
All existing pavement markings and markers that are removed by the Contractor's
activities related to this project shall be replaced in the original location and shall be of
similar type. Markings and markers shall be in accordance with the City of Renton
Standard Plans.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001-468 specs.doc Page 77
SPECIAL PROVISIONS -Continued '
8-22.2 Material
Section 8-22.2 shall be supplemented with the following:
The following pavement marking materials have been tested and prequalified for use.
Plastic- Tape
Manufacturer Name Brand
3M Company 3M Stamark 380 - 60 mil.
Tape materials are not allowed on bituminous surface treatment (BST) pavement.
Plastic- Extruded Material:
Manufacturer Identification
Lafrentz Road Services Ltd. Lafrentz Thermoplastic
Morton International (Norris) Dura-Stripe AC
Motron International (Norris) Duraline-Thermoplastic
Pave-Mark Corporation Pave-Mark Hydrocarbon
Pave-Mark Corporation Pave-Mark Alleyd
*Cataphote, Inc. Catatherm ABITOL
* Approved for installation in Western Washington only.
8-22.5 Payment
See bid items descriptions for units of measure and payment.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 78 ,
SPECIAL PROVISIONS -Continued
DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.10 Aggregate For Gravel Base
Section 9-03.10 shall be supplemented with the following:
Gavel Base material shall be free of rock fragments larger than three inches.
9-03.17 Foundation Material Class A and Class B
Section 9-03.17 is supplemented with the following:
All foundation material shall be Class A.
9-03.22 Controlled Density Fill (New Section)
Controlled Density Fill (CDF) shall be a mixture of Portland cement, fly ash, aggregates,
water and admixtures proportioned to provide a non-segregating, self-consolidating,
free-flowing and excavatable material which will result in a hardened, dense, non-settling
fill.
Where not specified in this section, Measuring, Mixing, Delivery and Placement shall
follow ASTM C94 or WSDOT 6-02.3.
9-03.22(1) Materials Description
Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water
and admixtures which has been batched and mixed in accordance with ASTM C94 or
' WSDOT 6-02.3.
Materials
1. Portland Cement: ASTM C150, AASHTO M85, or WSDOT 9-01
2. Fly Ash: Class F or Class C
3. Aggregates: ASTM C33, WSDOT 9-03.14, or WSDOT 9-03.1
4. Water: WSDOT 9-25
5. Admixtures: WSDOT 9-23.6, AASHTO M194, ASTM C494, or ASTM C260
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 79
SPECIAL PROVISIONS -Continued
9-03.22(2) Proportioning
The table below provides a guideline for Controlled Density Fill mixes. The weights
shown are only an estimate of the amount to be used per cubic yard of CDF. Actual
amounts may vary from those shown as approved by the Engineer or approved trial mix
data or field test results for proper strength, workability, consistency, and density.
Maximum Compressive Strength, lbs. per sq. in.
(lbs./sq.ft.) (14,400) (43,200) (43,200)
Max. gals. of mixing water per cubic yard 50 50 30
Lbs. of cement per cubic yard, approximate 30 50 50
Lbs. of fly ash per cubic yard, approximate 200 250 250
Lbs. of dry aggregate per cubic yard,
approximate (assumed Sp.G. 2.67) 3,200 3,200 3,200
1. If air entraining or water reducing admixture is used for flow-ability, total water
and aggregates may be adjusted for yield.
2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable
CDF, 3/8" minus or sand is recommended.
3. Weights may be adjusted for flow-ability and pump-ability.
9-03.22(3) Placement
CDF can be proportioned to be flowable, non-segregating, or excavatable by hand or
machine. Desired flow-ability shall be achieved with the following guidelines:
Low Flow-ability below 6 inch slump '
Normal Flow-ability 6 — 8 inch slump
High Flow-ability 8 inch slump or greater ,
CDF shall be placed by any reasonable means in to the area to be filled. Flowable CDF
shall be brought up uniformly to the elevation shown on the plans. Trench section to be
filled with CDF shall be contained at either end of trench section by bulkhead or earth fill.
CDF patching, mixing and placing may be started if weather conditions are favorable,
when the temperature is at 34 degrees F and rising. At the time of placement, CDF must
have a temperature of at least 40 degrees F. Mixing and placing shall stop when
temperature is 38 degrees F or less and falling. Each filling stage shall be as continuous
an operation as is practicable. CDF shall not be placed on frozen ground.
9-03.22(4) Compaction
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 80 '
SPECIAL PROVISIONS -Continued
For flowable CDF compaction is not necessary for placement.
The Contractor may as an option, adjust the water content to obtain a 0 to 1" maximum
slump mixture which if used will be compacted in lifts not to exceed 12 inches.
Compaction will be accomplished by use of acceptable compaction means.
9-03.22(5) Protection
Contractor shall provide steel plates to span utility trenches and prevent traffic contact
with CDF for at least 24 hours after placement or until CDF is compacted or hardened to
prevent rutting by construction equipment of traffic.
' 9-03.22(6) Testing
Testing shall be performed per WSDOT 6-02.3(5) for slump and compressive strength.
If laboratory trial batches or field trial data confirm weight and strength, no further testing
will be necessary, if approved by the Engineer.
For hand excavatable material, the unconfined compressive strength shall be 100 psi
maximum at 28 days. Laboratory trial batches or field trial data may be submitted to
confirm strength and weight
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.19 Corrugated Polyethylene Pipe (CPEP)
9-05.19(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene
pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or
approved equivalent.
9-05.19(2) Pipe Material and Fabrication
CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294,
Type S.
9-05.12(3) Fittings and Gaskets (New Section)
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings .
shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by
Nyloplast USA, Inc., or approved equivalent.
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 81
SPECIAL PROVISIONS -Continued
9-05.12(4) Installation (New Section)
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate r
gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into
fitting.
9-05.13 Ductile Iron Sewer Pipe
Supplement this section with the following: r
Ductile iron pipe for storm sewers shall conform to ANSI/AWWA C151/A21.51-91 ,
Standards, except the minimum nominal thickness shall be as follows:
8" = 0.33" (Class 52)
12" = 0.37" (Class 52)
Grade of iron shall be 60-42-10. The pipe shall be cement lined and the exterior shall be
coated with an asphaltic coating.
Each length shall be plainly marked with the manufacturer's identification, year cast, ,
thickness, class of pipe and weight. The pipe shall be furnished with mechanical joint or
push-on joint, conforming to ANSI/AWWA C111/A21.11-85 Standards.
The pipe manufacturer shall certify in writing that the inspection and all of the specified
tests for both pipe and gaskets being supplied under this Contract have been made, and
that the results thereof comply with the requirements of the Standard.
Joints shall be "made up" in accordance with the manufacturer's recommendations.
Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe.
Material shall be suitable for the specified pipe sizes.
All fittings shall be short-bodied ductile iron cement-mortar-lined, with a minimum rating
of 250 psi working pressure, complying with ANSI/AWWA C110 or C153 Standards. The '
type of joint shall be "Tyton", mechanical joints.
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1(1) Topsoil Type A
Section 9-14.1(1) shall be supplemented with the following: '
Topsoil shall have a pH value between 6 and 7, and shall be capable of sustaining ,
vigorous lawn growth. Topsoil shall not be used while in a frozen or muddy condition.
All topsoil shall be furnished as necessary to complete the required restoration and
seeding. A certified analysis of the topsoil from each source shall be submitted to the
Engineer before delivery to the site.
r
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 82
' SPECIAL PROVISIONS -Continued
If deficiencies in the topsoil are found as a result of this analysis, they shall be corrected
at no expense to the Contracting Agency.
9-16.6 Cleaning
Perform cleaning during installation of the work and upon completion of the work.
' Remove from the site all excess materials, debris and equipment. Repair damage to any
project features.
' 9-16.8 Payment
See bid items descriptions for units of measure and payment.
i
1
t
NE 7th ST/Monroe Ave Storm System Project U:\docs\2001468 specs.doc Page 83
J
Z
Fes- O
FM
U a
U �
UL. O
`L z
CITY OF RENTON
TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL. DATE:
ADDRESS: PERMIT :
PHONE
CONSTRUCTION SUPERINTENDENT: MOB./CEL. : ( )
PROJECT LOCATION: N/E/S/W OF: FAX
WORK TIME: APPROVED BY:
WORK DATE: APPROVAL DATE:
' NOTES: 1) CALL 911 (USING LOCAL PHONE) OR (253) 854-2005 (USING CELL PHONE), FIRE & POLICE
DEPARTMENTS BEFORE ANY CLOSURE.
2) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS
BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE.
' 3) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK.
4) APPROVED TRAFFIC CONTROL PLAN MUST BE AT WORK SITE DURING WORK HOURS.
COMMENTS:
SKETCH
NORTH
I have been informed of my responsibilities for traffic control and OFFICE COPY T-
a ree to comply with all traffic regulations of the City of Renton. CONTRACTOR
9 P Y 9 Y INSPECTOR NEIL WATTS/
SIGNATURE: DATE: Pot DENNIS GERBER
JIM GRAY
c\WAfsic 0Pvewr4HS\rCP\CTRLPL++
I, representing
agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic E`
control plan and obtain City approval of that plan. That plan shall be implemented for all
street and lane closures, and the plan shall be performed in compliance with the Manual on
Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours
before any street or lane closures. I understand any lane or street closures not in conformance '
with the approved traffic control plan and/or without notification of emergency services may
result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220,
9A.36.050 Reckless Endangerment, and other applicable State and City codes.
violation r
I certify I am responsible for the project and the responsible party to be cited f iolation of
R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other '
applicable State and City codes.
NAME:
D.O.B.: SS#:
HOME ADDRESS:
WORK ADDRESS:
WORK PHONE: HOME PHONE: ,
COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR:
WASHINGTON STATE DRIVERS LICENSE NUMBER: '
h:\division.s\transpor.tatbpettdokraf-con\funs
NOTES
I 1. Floodlights shall be provided to mark flogger stations at night.
ROAON MONK �p 2. If entire work ores Is visible from one station, one flogger-may
be used, otherwise two ftaggers and signing will be required each
G20-2o 1 direction.
�11 3. Sign sequence Is the some for both directions of travel.
4. See Buffer Data Table. Use of buffer vehicle is recommended.
( 100 it may be a work vehicle. If buffer vehicle is used. minimum
Ka. from end of taper to work area shall be total of R•• (roll ahead
distance) plus length of vehicle, plus "B" (buffer space). If buffer
e
5� vehicle is not used, minimum distance shall be "B".
5. Steady burning warning lights (Type C, MUTCO) should be used to
�oK¢ e P mark chonnelizing devices at night as needed.
A
6. Either reverse cone taper or sign G20-2o may be used to show end
q- #a of work area.
Ka y 5pe
0 0
0
/• h� y W20-7a BUFFER DATA
/ !E Buffer Space
e a o k PREPARED
TO Speed (MPH) 25 1 30 1 35 1 40 45 50
STOP W20-7b (optional) B (FT) = 55 BS 120 170 220 280
(optional) Butter Vehtcla Roll Ahead Distance
ONE LANE 4 Yard Dump Truck Stationary
CHANNELIZING JA'J ,�. ROAD 24,000 LOS Operation
DEVICE SPACING (FT) / AHEAD
W20-4 R (FT) 100
MPH Taper Tangent
35/50 30 60
(optional)
25/30 20 40 �
ROAD
WORK n n II
SIGN SPACING TABLE AHEAD F®R LL(0)Cn An IL
LEGEND Speed K \ W20-1 Ik3EHICY' U ZIE
ss c o Channeltzing Devices 45/50 MPH 500'!
ff" FIagger 35/40 MPH 350't
8 Type A Flashing Warning Light 25/30 MPH 200'i
TRAFFIC CONTROL PLAN
VASEIadTas STATE 00ARTMENT a TRAMPOIATION
CXL n rAtxuma
. ' A
ADOPTED
Typical application of traffic control devices on 1 CITY OP RENTON
a two-lone highway where one lone is closed and V Standard Plans
flogging Is provided.
'A Lut Dare 10rz0/I993
Plan No K-02 SP PAGE K002
Notes
1. For long-term projects, conflicting pavement
w20-I mar kIr) no longer applicabler cc shall be removed
ROAD or ObI Temporar yr maekklrgss Sholcan O,,beou sedcasl necessary,
e.
WORK
AHEAD 2. See Buffer Data Table. Use of buffer vehicle
x is recommended. It may be a work vehicle.
w20 -5(U '� I I If Buffer vehicle Is used, minimum distance
from end of taper to work area shall be o total
LEFT LAN x —i of 'R" (roll ahead distance) plus length of
/ vehicle, plus "8 (buffer space). If buffer
CLOSED I I vehicle is not used, minimum distance shall
AHEAD x T aq be "B"
3. This application may be used during peak
( I traffic periods. Lane distribution moy be
I k{ reversed (signing changed occordingly) when
END when peck troff is flow changes direction.
° C20 2a
° RDAD WDRK 4. Other curve Or turn warning signs may be
substituted for sign W1-4b L) and WI-4b(R)
w4 -2(R) ° to depict roadway olllgnment as appropriate.
m
--- I Interim Yellow
Edge Stripe CHANNELI ZING
MINIMUM TAPER LENGTH � L IN FEET
ry / r DEVICE SPACING (FT)
Lane Posted Speed (MPH) J /� MPH Taper Tangent
width _-- - bb 35/50 30 60
(fast) 25 j30E35 A0 A5 So 25/70 20 AO
10 105 2T0ASOInterim WhiteEdge Stripe
II Its 295 /95 S50 -
13125 320 5�0 t00 I wORK BUFFER DATA
x 1E
Buffer Space
MI-ARM -an, Speed (MPH)1 25 1 30 1 75 1 10 1 AS 50
B (FT) 1 55 1 85 1 120 1 170 1 220 1 200
SIGN SPACING TABLE -"' I ¢ See Note 2 Buffer vehicle Roll Ahead Distance
C
Speed k A YAa000 PBSruck Operlotiaon
45/50 MPH S00't
-- m
JS/NO MPH - (FT) 100 350'2
25/30 MPH 200't \
FOR LOCAL
wl-Ic(L)
LEGEND I I x
a e e Channel(Zlnq Devices -+
w, Obliterated marking, leis notes) x
pad Seouentl0l Arrow Sign 020 -20 I t
END TRAFFIC CONTROL PLAN
ROAD WORK
ROAD v.ferNd+oN nan 0[Ar eN?OF TA-SPORTAT10%
a a * * MOR!( aLha A.WASHINGTON
AHEAD .
w20 -1 ADOPTED
CITY OF RENTON
f Standard Plant
T yDlcal application of traffic control devices where directl°nol traffic volumes are uneven. I.att Dale IORO/1993,1
Plan No K-03 SP PAGE K004
! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !
WORK// NOTES
AREA
1. Regulatory traffic control devices to be modified
DETOUR ROM as needed for the durctlon of the detour.
M4-8 I __ _ CLOSEO
+ * RI1 2 2. Flashing warning lights (Type A. MUTCD) shall
M3_4 WEST x be used to mark barricades at night as needed.
3. Detour trailblazers shall be installed as necessary
<9.
throughout detour route.
20-3 ROAD CLOSED
XX NILES
M6-3 X `_I- LOCAL TRAFFIC ONLY RI1-3a
D TOUR M4-101-
♦ SIGN SPACING TABLE
Speed X
[�'� I DETOUR NOTE: M4-8 45/50 MPH 500'±
`
Slgning shown for I N WEST M3-4 35/40 MPH 350'±
one direction only.
25/30 MPH 2O0'±
aM6-1 (L)
DETOUR
AHEAD DETOUR M4-8 FOR rAL®(�°I�1IIAL
W20-2 WEST M3-4 Q®IS H`v'w U a E
i
TRAFFIC CONTROL PLAN
VASUMTON SIATt N ANTKNT OF TRAW"TATION
TTypEI1
OLYMPIA.aAU1apTON
M5-1(L) l Barricade �
ADOPTED
CITY OF RENTON
Typical application - Roadway closed beyond detour point . . Standard Plaza
Last Date IMO/1995
Plan No K.03 SP PAGE K003
j
�Y
u
NT
j
CITY OF RENTON
SURVEY CONTROL NETWORK
' Vertical Control
3rd Order, 1st Class
North American Vertical Datum 1988 Meters
Horizontal Control
2nd Order, 1st Class
North American Datum 1983/1991 Meters
1'Printing January 1995
2°d Printing January 1997
Revised& Reprinted May 2000
TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000
TABLE OF CONTENTS
SECTION I
SURVEY CONTROL NETWORK DESCRIPTION.................................. i
SURVEYING STANDARDS ............................................................1-11-1
MONUMENT CASE & COVER STANDARD PLAN.......................H031
SECTION II
MAPS,DESCRIPTIONS &VALUES
SectionIndex Map............................................................................... Index
Section Township Range Page
13 T23N R4E WM..................................................................F2
14 T23N R4E WM..................................................................F 1
24 T23N R4E WM..................................................................G2
25 T23N R4E WM.....................................•---.........................�36 T23N R4E WM. .I2
5 T22N R5E WM...................................................................J4
6 T22N R5E WM...................................................................J5
3 T24N R5E WM..................................................................D6
4 T23N R5E WM..................................................................D5
5 T23N R5E WM..................................................................D4
7 T23N R5E WM..................................................................E3
8 T23N R5E WM..................................................................E4
9 T23N R5E WM..................................................................E5
10 T23N R5E WM..................................................................E6
I 1 T23N R5E WM..................................................................E7
14 T23N R5E WM..................................................................F7
15 T23N R5E WM..................................................................F6
16 T23N R5E WM..................................................................F5
17 T23N R5E WM..................................................................F4
18 T23N R5E WM..................................................................F3
19 T23N R5E WM................................................................ .G3
20 T23N R5E WM. ..G4
21 T23N R5E WM..................................................................G5
22 T23N R5E WM..................................................................G6
29 T23N R5E WM. ..H4
30 T23N R5E WM...............•---...............................................H3
31 T23N R5E WM...................................................................I3
32 T23N R5E WM...................................................................I4
29 T24N R5E WM..................................................................B4
31 T24N R5E WM..................................................................C3
32 T24N R5E WM..................................................................C4
TS_SERVER//SYS2\MAPS\83m\convol\scn.doc Table of Contents 2 May 2000
CITY OF RENTON
SURVEY CONTROL NETWORK
The City of Renton Survey Control Network is the result of a three year project by the
Technical Services Section of the Planning & Technical Services Division of the
Planning/Building/Public Works Department and several private surveying firms working
for the city. The purpose of this network is to provide an accessible common datum for
all public and private projects within the city. Thus facilitating city wide infrastructure
management and analysis and assuring compatibility between the various utility systems
and system projects.
This project started in 1992 with the formation of a Horizontal and Vertical Control ,
Network Committee to prepare a plan for the development and maintenance of a Survey
Control Network for the City. The committee members were:
Robert Anderson PLS; Bush,Roed& Hitchings,Inc.,
Carrie Davis; Technical Services Section(Recorder),
Abdoul Gafour; Utility Systems Division,
Arneta Henninger; Plan Review Section, Development Services Division,
Jae Lee; Transportation Systems Division,
Robert Mac Onie; Technical Services Section(Chairman),
Jon Warren PLS; Dodds Engineers, Inc.,
Dennis Wegenast; National Geodetic Survey.
The committee developed the standards, specifications and phasing for all ensuing work.
All survey work meets the requirements specified by the Federal Geodetic Control
Committee in Standards and Specifications for Geodetic Control Networks dated September
1984. The project was split into three phases: 1) monument recovery, 2) horizontal
control and 3) vertical control. The monument recovery project was performed by Dodds
Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified existing Public Land Survey System comer monuments and other
monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those
located near current and proposed capital improvement projects) important to the
development of a survey control network. In most cases, street centerline monuments
were selected for both horizontal and vertical control due to stability and maintenance
considerations.
The second and third phases ran concurrently during 1993 & 1994. The horizontal
control phase was executed by Bush, Roed & Hitchings, under the direction of Robert
Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal
Geodetic Control Subcommittee Standards for GPS control surveys as defined in
Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington
State Plane, 2nd Order, 1 st Class, northing and easting values for 122 monuments in and
TS SERVER//SYS2\MAPS\83m\control\scn.doc i 2 May 2000
around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision
geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN)
controlled the GPS survey. All coordinates show are "Washington Coordinate System of
1983/1991,North Zone."
The vertical control phase was performed by Triad Associates, under the direction of
Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev
adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class,
elevations on 190 monuments in and around the City with 70 of these being horizontal
control monuments as well. The leveling project was divided into seven primary
interdependent loops connected at a minimum of two points with common benchmarks.
Additional legs were run across the primary loops tying into two benchmarks at both
ends. A total of 15 NGS benchmarks were part of the network, four of which were held
in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617)
and provided substantial agreement(less than or equal to 5mm) with 5 others.
The City, in 1995, will have reference points set for all Survey Control Network street
centerline monuments not currently referenced. Over the next several years monuments
in need of upgrade will be reset as part of an ongoing maintenance program or where
capital improvement projects would likely disturb them.
As an adjunct to the Survey Control Network the city has developed the enclosed
Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of
these standards which were modified to require the use of the Survey Control Network
for all public and private development projects within the city and define the
responsibilities of the surveyor in the establishment of new monuments and their
associated records. The standards have been reviewed by at least ten licensed surveyors
for completeness and suitability.
The City of Renton and its urban growth area lie between latitudes 47' 25' North to the
south and 47' 32' 30" North to the north. In most cases the combined scale factor
(elevation and grid scale) throughout this area can be treated as equal to 1.0000000.
Table 1. shows the grid scale factors for each minute of latitude in the Renton area
identified above.
Please note that the relative accuracy for the grid scale factors is approximately 1 in
60,000 at 47' 25' N to the south and 1 in 111,000 at 47' 33' N to the north and thus for
most survey work will have no impact on surveys covering less than 1.5 miles.
TS SERVER//SYS21MAPSIlIm\controllscn.doc ii 2 May 2000
TABLE 1.
LAMBERT CONFORMAL CONIC PROJECTION TABLE
Washington Coordinate System of 1983/1991,North Zone for Renton
Tabular. Grid
Latitude Radius Difference Scale
for 1" of Lat. Factor
470 25' 5807452.516 30.88355 1.00001659
470 26' 5805599.504 30.88353 1.00001310
470 27' 5803746.492 30.88352 1.00000970
470 28' 5801893.480 30.88351 1.00000638
470 29' 5800040.470 30.88350 1.00000315
470 30' 5798187.460 30.88349 1.00000000
470 3P 5796334.450 30.88349 0.99999693
470 32' 5794481.441 30.88349 0.99999395
470 33' 5792628.431 30.88349 0.99999105
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation Sea Level
Feet Factor
Sea Level 1.0000000
500 0.9999761
1000 0.9999522 ,
The worst case relative accuracy for an elevation of 650 feet with an interpolated scale
factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case
grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative
accuracy of approximately 1 in 25,000.
It should be noted that Washington state uses the US survey foot and the conversion
between feet and meters is 3937/1200 or 3.28083333 feet per meter.
An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and
around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to
NAVD 1988.
The information in this document has been extensively reviewed but there is always the
possibility that some particulars of the monument locations, descriptions or values are
either misleading or incorrect. If any such errors are found please contact the City of
Renton's Mapping Supervisor at IS69. This document will be updated on an
ongoing basis as monuments are upgraded, added or as corrections are made.
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 11t 2 May 2000
City of Renton
Surveying Standards
City of Renton Standard Plans & Supplemental Specifications
Section 1-11
Adopted December 16, 1996
Effective January,21, 1997
TS_SERVER//SYS2\MAPS\83m\control\,cn.doc I-11-1 2 May 2000
Vertical Datum of 1988, and tied to at least one
1-11 Renton Surveying Standards of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks
1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both
All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be
under the direct supervision of a person shown on the drawing. If a City of Renton
registered to practice land surveying under the benchmark does not exist within 3000 feet of a
provisions of Chapter 18.43 RCW. project, one must be set on or-near the project in
All surveys and survey reports shall be prepared a permanent manner that will remain intact
in accordance with the requirements established throughout the duration of the project. Source of
by the Board of Registration for Professional elevations (benchmark) will be shown on the
Engineers and Land Surveyors under the drawing, as well as a description of any bench
provisions of Chapter 18.43 RCW. marks established.
1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC)
(RC) Those surveys dependent on section subdivision
The horizontal component of all surveys shall shall reveal the controlling monuments used and
have as its coordinate base: The North the subdivision of the applicable quarter section.
American Datum of 1983/91. Those surveys dependent on retracement of a
All horizontal control for projects must be plat or short plat shall reveal the controlling
referenced to or in conjunction with a minimum monuments, measurements, and methodology
of two of the City of Rentods Survey Control used in that retracement.
Network monuments. The source of the 1-11.1(4) Field Notes(RC)
coordinate values used will be shown on the Field notes shall be kept in conventional format
survey drawing per RCW 58.09.070. in a standard bound field book with waterproof
The horizontal component of all surveys shall pages. In cases where an electronic data
meet or exceed the closure requirements of collector is used field notes must also be kept
WAC 332-130-060. The control base lines for with a sketch and a record of control and base
all surveys shall meet or exceed the requirements line traverses describing station occupations and
for a Class A survey revealed in Table 2 of the what measurements were made at each point.
Minimum Standard Detail Requirements for Every point located or set shall be identified by a
ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall
established and adopted by ALTA and ACSM in be unique within a complete job. The preferred
1992 or comparable classification in future method of point numbering is field notebook,
editions of said document. The angular and page and point set on that page. Example: The ,
linear closure and precision ratio of traverses fast point set or found on page 16 of field book
used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01,
face of the survey drawing, as shall the method the second point would be 348.16.02,etc. '
of adjustment. Upon completion of a City of Renton project,
The horizontal component of the control system either the field notebook(s)provided by the City
for surveys using global positioning system or the original field notebook(s) used by the
methodology shall exhibit at least I part in surveyor will be given to the City. For all other
50,000 precision in line length dependent error work, surveyors will provide a copy of the notes
analysis at a 95 percent confidence level and to the City upon request. In those cases where
performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy
Subcommittee Standards for GPS control print out in ASCII text format will accompany
surveys as defined in Geometric Geodetic the field notes.
Accuracy Standards & Specifications for Using
GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC)
August 1, 1989 or comparable classification in Corner A point on a land boundary, at the
future editions of said document.. juncture of two or more boundary lines. A
The vertical component of all surveys shall be monument is usually set at such points to
based on NAVD 1988, the North American
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
physically reference a corner's location on the requirements of the project, the original will be
ground. recorded with the King County Recorder.
Monument Any physical object or structure of If recording is not required, the survey drawing
shall be prepared on 22 inch by 34 inch mylar,
record which marks or accurately references: and the original or a photographic mylar thereof
• A corner or other survey point established will be submitted to the City of Renton.
by or under the supervision of an individual The survey drawings shall meet or exceed the
per section 1-11.1(1) and any comer or requirements of WAC 332-130-050 and shall
monument established by the General Land conform to the City of Renton's Drafting
Office and its successor the Bureau of Land Standards. American Public Works Association
Management including section subdivision symbols shall be used whenever possible, and a
corners down to and including one-sixteenth legend shall identify all symbols used if each
comers;and point marked by a symbol is not described at
each use.
• Any permanently monumented boundary, An electronic listing of all principal points
right of way alignment, or horizontal and shown on the drawing shall be submitted with
vertical control points established by any each drawing. The listing should include the
governmental agency or private surveyor point number designation (corresponding with
including street intersections but excluding that in the field notes), a brief description of the
dependent interior lot corners. point, and northing, easting, and elevation (if
applicable)values, all in ASCII format, on IBM
1-11.1(6) Control or Base Line Survey PC compatible media.
(RC)
Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC)
established for all construction projects that will Vertical Surveys for the establishment of bench
create permanent structures such as roads, marks shall satisfy all applicable requirements of
sidewalks,bridges,utility lines or appurtenances, section 1-05 and i-11.1.
signal or light poles, or any non-single family Vertical surveys for the establishment of bench
building. Control or Base Line Surveys shall marks shall meet or exceed the standards,
consist of such number of permanent monuments specifications and procedures of third order
as are required such that every structure may be elevation accuracy established by the Federal
observed for staking or "as-builting" while Geodetic Control Committee.
occupying one such monument and sighting Bench marks must possess both permanence and
another such monument. A minimum of two of vertical stability. Descriptions of bench marks
these permanent monuments shall be existing must be complete to insure both recoverablilty
monuments, recognized and on record with the and positive identification on recovery.
City of Renton. The Control or Base Line
Survey shall occupy each monument in turn,and 1-11.1(8) Radial and Station — Offset
shall satisfy all applicable requirements of Topography(RC)
Topographic surveys shall satisfy all applicable
Section 1-11.1 herein. requirements of section 1-11.1 herein.
The drawing depicting the survey shall be neat, All points occupied or back sighted in
legible, and drawn to an appropriate scale. developing radial topography or establishing
North orientation should be clearly presented baselines for station -- offset topography shall
and the scale shown graphically as well as noted. meet the requirements of section 1-11.1 herein.
The drawing must be of such quality that a The drawing and electronic listing requirements
reduction thereof to one-half original scale set forth in section 1-11.1 herein shall be
remains legible, observed for all topographic surveys.
If recording of the survey with the King County
Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC)
inch by 24 inch mylar and will comply with all Elevations for the points occupied or back
provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be
photographic mylar of the drawing will be determined either by 1) spirit leveling with
submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal
review and acceptance per the specific
TS_SERVER//SYS2\"S\83m\control\scn.doc 1-11-5 2 May 2000
Geodetic Control Committee third order relationship between the witness monuments and
elevation accuracy specifications, OR 2) their respective corners shall be shown or
trigonometric leveling with elevation differences described on the face of the plat or survey of
determined in at least two directions for each record, e.g., "Tacks in lead on the extension of
point and with misclosure of the circuit not to the lot side lines have been set in the curbs on
exceed 0.1 feet. the extension of said line with the curb." In all
other cases the comer shall meet the
1-11.1(10) Station—Offset Topography requirements of section 1-11.2(1)herein.
(RC) All non corner monuments, as defined in 1-
Elevations of the baseline and topographic points 11.1(5), shall meet the requirements of section
shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a
satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the
specifications as to the turn points and shall not monument shall be set below the ground surface
exceed 0.1 foofs error as to side shots. and contained within a lidded case kept separate
1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement
All improvements required to be "as-built" (post surface,per section 1-11.2(3).
construction survey) per City of Renton Codes, In the case of right of way centerline monuments
TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency
Public Ways and Property, must be located both (PT), street intersections, center points of cul de
horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI,
by a Station offset survey. The "as-built"survey for the tangents of a curve fall within the paved
must be based on the same base line or control portion of the right of way, a monument can be
survey used for the construction staking survey set at the PI instead of the PC and PT of the
for the improvements being "as-built". The "as- curve.
built" survey for all subsurface improvements For all non comer monuments set while under
should occur prior to backfilling. Close contract to the City of Renton or as part of a City
cooperation between the installing contractor and of Renton approved subdivision of property, a
the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by
All "as-built" surveys shall satisfy the the city) identifying the monument; point of
requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of
shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat
made in conformance with all of section 1-11.1 monument, street intersection, etc., complete
and 1-11.3(1)herein. with a description of the monument, a minimum
The field notes for "as-built" shall meet the of two reference points and NAD 83/91
requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be
submitted with stamped and signed "as-built" filled out and filed with the city.
drawings which includes a statement certifying
the accuracy of the"as built". 1-11.2 Materials
The drawing and electronic listing requirements
set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC)
observed for all"as-built"surveys. Comers per 1-11.1(5) shall be marked in a
permanent manner such as 1/2 inch diameter
1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or
Referencing(RC)
caps, tack in lead, etc. and permanently marked
All property or lot corners, as defined in 1- or tagged with the surveyor's identification
11.1(5), established or reestablished on a plat or number. The specific nature of the marker used
other recorded survey shall be referenced by a can be determined by the surveyor at the time of
permanent marker at the corner point per I- installation.
11.2(i). In situations where such markers are 1-11.2(2) Monuments(RC)
impractical or in danger of being destroyed,e.g., Monuments per 1-11.1(5) shall meet the
the front corners of lots, a witness marker shall requirements as set forth in City of Renton
be set. In most cases, this will be the extension Standard Plans page H031 and permanently
of the lot line to a tack in lead in the curb. The
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
marked or tagged with the surveyor's
identification number.
1-11.2(3) Monument Case and Cover
(RC)
Materials shall meet the requirements of section
9-22 and City of Renton Standard Plans page
H031.
TS_SERVER//SYS2UMMS183m\control�scn.doc 1-I 1-5 2 May 2000
-tFTMie rATCL11Ar_-,
82455 O.C.
014.
COAlP
/I_ M
t i • a;e
sANOAc eo ELE110T/Ort/
NOTE: Monument Case & Cover
1. STANDARD MONUMENT CASE AND COVER WASHINGTON STATE DEPARTMENT OF IIIGHWAYS
1976,
2. THE CASTINGS SHALL DE GRAY-IRON CASTINGS, AST14 DESIGNATION A-48, CLASS 40,
THE COVER AND SEAT SHALL DE MACHINED SO AS TO HAVE PERFECT CONTACT
AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE.
3. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEMENT, A CEMENT
CONCRETE BASE WILL NOT BE NECESSARY. ADOPTED
4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(1) FOR Utit O� CITY OF RENTON
ADJUSTMENTS TO GRADE.
STANDARD PLANS
IST DATE:1-Feb-89
DWO NAME: HR-04 SP PAGE: I10?'.
D4 5 T23N R5E SE I/4 - -
!
- ---
:SE, l!2th - I M71 5 7
+739 2508
1934 _ - --1 --- --
�—T
\ - 466 244
�QO 1 2433
O 244
74
469
263+
5 i r-1 153 + j
Z I Ii +J 9 11
0
2563 +964 +995
i +tY262 l+ 1368
t
1370
-T.l--
t +285 tt 284+ i
j `Z '+U r ! 8
_ - - 6 + 1587+
t 22 -- -
1 + t534-
18,47 + 533 _ +jj:8 Ul
8tiF1 , - ` 8 - -
r t 1 +
+905
f 290+
\ + 532 ; I+6 0 _
24
! 8 T23N RSE SE I/4
LEGEND
CITY OF RENTON �
® Horizontal & vertical
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS ® Horizontal only
TECHNICAL SERVICES 3®3 Vertical ,
• � • PL /BUII.DING/PUBLIC WORKS
02/14/00 14/00
Monunent
4 Renton City Linit: E
1:54 8 T23N R5E NE 1/4
D5 4 I'M RN SW 10
c
2is
36 t +Jgi64 + +1083 62L I
+1
7226+ 2
250
tt
522 101 /2564 '.09 1809
NE,
2+ 507
18
24 N"
24 +707
2518;
cri
+ 4
74
++ +
5 5 4 56' +
706
0 485
+ 20
464 468 +4461
4
z 2 + 71+ i
159
6
/,7 01
z 0 +
1 6 +
+
154 2�
v-91:
0
54
aD NE 9th 082 c ++ . 6
246 +
+
673
-5
+2455
> +9U4
7T
St. 2 0
84+ 611+ 158 +1610 +4
47+ 2511
+ 46- 0 La
51
4 +44 + 411 i r,4 +
• > 63S'
45
)
j2 398
+ J+ 323
1303
116 Iq:k I
i262-1
+
nM RS SW V4 LEGEND
CITY OF RENTON 1111
0 Harizoad & Vorkd
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS 8 Hoizmtd 0*
TECHNICAL SERVICES 3 333
Q Vwficcl Orjy
PLANNING/BUELDING/PUBLIC WORKS
02/14/00 -4"0 Morstx"W
0 450 900 Renton City Unks E 5
ommm=1:54M mmillm" 9 T23N R5E NW 1/4
D5- 4 723N RSE SE 1/4
1308
+
Cv.
+ NE,71 2th sit
11�O4A +
+261+262 +263
�0-4==±t� +2492 1- 84 +23
31
+
'38
36
F—NE 382 ♦
++ 84,
38
t+111809 38+ +386-
+119
+
4761
+ +
9
7 +
+
+
38
+707 1+ to + +
+ 2
123+
6_4 ♦
4 +++ + 2 2
+621 F—
++
V. 56; +709
+
6Z
4
'tom0
.2
38'
11+120 + +63,8
433-4 + 4 3�--gf 4�
4-J3 -Q-
24APA-24 + + 5
7.
1+
+
25
+12 +6
Z
55P.
- -
1266
+. 3�5 JQ
235 +
0 L 0-6
43
E71
U
+2358 +281 5129
39
77-777)
113 0 71
+ 04 NE-791
+430 -T-
7:
---.Lll)
-NE 9th Ct
• '02'.- J
r ,
35 9
--3++ A +1
+ 78 +
�1�7� i58o Ij 591
........
231 23W
0 130 +=32:�' 6-h—S- +kL4�',i
2 t
62-2j8 +
+ 213+
L
vp" MA �f .,24�75
9 T23N RSE SE V4 LEGEND_
CITY OF RENTON 1111
e Horizontal & Vertical
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS 0 Horizontal Only
TECHNICAL SERVICES 3 333
Q Vertical Only
+®+ PLANNMG/BUILDING/PUBLIC WORM
O2n4/00 Mommvnt
450 9w ___ Renton City Units E 5
bm
1:5400 9 T23N R5E NE 1/4
8 T23N R5E NE 1/4
222 i
18 4:7 -- j+1533 -- *� ``+ _ -
't--- — - 8
sth _ _ + 3
+905 t 290+
\ +_53201
-
1
12 7� 1
4 I �t•cy6#
+ +
i
-- - - 1367
1 + 03+13631 _1
a i + 3 .+1364 t365+ 1 9
15++
l \
--
4 {_ + `�'
J.- +
i i87 - 1212 --�`�- a
' Z 529.
66 + -16
1525,
ao J 486 +788 t\ 6 9 C
t8 8 -- 299 .�•
444
+ 1`i
233+ +1
--
\� �,
Jr IV,
IN
/ �27� +1541
12 { ,/ 5 12
410 i-L_— --
�' 04411
r
r �
N • 17 T23N RSE NE 1/4
LEGEND
CITY OF RENTON 1111
® Horizontal & Vertical
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS ® Horizontal only
TECHNICAL SERVICES 3®3 Vertioai Only
,� • PL 3/BUII.DING/PUBLiC WORKS
oar14/00 14/oo
mommmw
4___ Renton iWft E
1:54M 8 T23N R5E SE 1/4
9 TZ3N R5E NW 1/4
> 45 63, +903- 1576-
2�
398 13231
+1612 + +
+ j262
+
629-
16
X83 3 +
99
iw +73•' L4 +404-7 1 3
Cd
7
0
+712
+ +30, 504+
77" +
451 721
2461
+ + + 51
I �0
91
+ + 456 +97
457
r— 121-
z
64
Z rr i +gis
+ 6
0 j450.
+ +
3
604 4
+ljj 24
8-8- A 1299 4
246C
306+ 1 62f 517+ 24
67
+1444
N E ORLITF
17
I I /I m . +2159 +1410 Q)
233+
2
t k
+ Is;
5 # +2092
0
6. 44
633 i 4'
+
16
EX
21661
2163---1
+1541 + 19
1
-50
2165+ 71
+ NE 4th St
2 12 1 �48 47 1 71
++ 1302 + +1318
2634
+ / 93 i
i 1317
-8 4
FS 16 IrM RSE NW 114 LEGEND_
CITY OF RENTON 1111
0 Horizontal & vertiod
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS ® Horizor" 0*
TECHNICAL SERVICES 3 333
0 vertkd Only
M WORKS
n4/00 Monument
0 450 900 Renton aty LWft E5
1:54M 9 T23N R5E SW 1/4
1 SECTION 9 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
57 NW Corner 9 T23N R5E
Location: Found a 3"flat brass disc with"X'and a punch mark on a concrete post
monument down 0.5'at the constructed intersection of NE 12th Street&
Edmonds Avenue NE.
Monument: 3 IN BRASS DISC W/ [XI& PUNCH ON CONC MON, IN CASE, DN. 0.5'
NORTHING: 56830.947 EASTING: 398127.629 ELEVATION: 99.496
102
Location: Found PK nail in a 4"x 4"concrete post in a 10"monument case at the
intersection of Monroe Ave NE and NE 10th St.
Monument: PK NAIL IN 4 IN X 4 IN CONC. POST IN MON. CASE
NORTHING: 56310.104 FASTING: 398904.401 ELEVATION:
i
159 NW Corner 10 T23N R5E
Location: Found a 1-1/2"flat brass disc with a punch mark on a 4"x4"concrete post
monument down 0.6' in a monument case at the constructed intersection of
NE 12th Street& Union Avenue NE.
Monument: 1-1/2 IN DISC W/PUNCH ON 4 IN CONC MON, IN CASE, DN. 0.6'
NORTHING: EASTING: ELEVATION: 126.782
E5-1
SECTION 9 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
398 W 1/4 Corner 9 T23N R5E
Location: Found a 3/8"copper plug and a punch mark on a 4"x4"concrete post
monument down 0.4' in a monument case in the constructed centerline of
Edmonds Avenue NE in front of house number 801
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 1N CONC MON, IN CASE, DN. 0.4'
NORTHING: 56022.410 EASTING: 398113.614 ELEVATION: 86.894
612 NW Corner 16 T23N R5E
Location: Found a 3/8"copper plug and a punch on a 4"x4"concrete post monument
down 0.45' in a monument case at the constructed centerline of Edmonds
Avenue NE approximately 160' south of Ferndale Avenue NE. See City of
Renton monument reference card number 612.
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45'
NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269
721
Location: Found a copper tack in lead on a 4"x4"concrete post monument down 0.9' in
a monument case in the constructed centerline of NE 7th Place(to the east) 3'
east of the constructed centerline of Monroe Avenue NE.
Monument LEAD&CU TK ON 4 INX4 IN CONC MON, IN CASE, DN. 0.9'
NORTHING: EASTING: ELEVATION: 116.312
E5-2
SECTION 9 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
806
Location: Found 2"disc with punch mark on a 4"x 4"concrete monument case at
intersection of NE 10th St. and Union Ave NE
Monument: 2 IN BRASS, PUNCHED DISC ON 4 IN X 41N POST 0.25' BELOW RIM OF
10 IN MON. CASE
NORTHING: 56389.156 EASTING: 399705.708 ELEVATION:
1502 N 1/4 Comer 16 T23N R5E
Location: Found a 2"flat brass disc with a punch mark in a 4"diameter pipe filled with
concrete down 0.6' in a monument case at the constructed centerline of NE
4th Street&Monroe Avenue NE. See City of Renton monument reference
card number 98 and 1502.
Monument: 2 IN BRASS DISC W/PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN.
0.6'
NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057 ,
1503 NW Corner 15 T23N R5E
Location: Found a 1/8"copper pin in a concrete post monument down 0.7' in a
monument case at the constructed intersection of NE 4th Street& Union
Avenue NE.
Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 0.7'
NORTHING: 55189.601 EASTING: 399714.506 ELEVATION: 122.231
E5-3
SECTION 9 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1843
Location: Found a 1/8" brass pin in a 4"x4"concrete post monument(with broken
edges)down 1.1' in a monument case at the constructed intersection of NE
12th Street&Monroe Avenue NE(to the north).
Monument: 1/8 IN BRASS PIN ON CONC MON, IN CASE, DN. 1.1'
NORTHING: 56815.122 EASTING: 398957.514 ELEVATION: 129.685
1848
Location: Found a 11/2"flat brass disc with a punch mark on a 4"x4"concrete post
monument down 0.4' in a monument case at the constructed intersection of
NE 8th Court& Union Avenue NE.
Monument: 1-1/2 IN BRASS DISC W/PUNCH ON 4 INX4 IN CONC MON, IN CASE, DN.
0.4'
NORTHING: 55989.266 EASTING: 399708.634 ELEVATION: 125.359
1889
Location: Set PK nail 225 feet east of intersection Northeast 10th Street and Olympia
Avenue Northeast.
Monument: PK NAIL IN AERIAL PHOTO PANEL
NORTHING: 56303.414 EASTING: 399170.187 ELEVATION: 130.434
E5-4
SECTION 9 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1894
Location: Found 6" monument case at intersection of NE Sunset Blvd. and Union Ave
NE
Monument: MON. IN CASE
NORTHING: 56890.539 EASTING: 399704.559 ELEVATION:
1933
Location: Top of S.W. bolt of traffic signal base in N.W. quadrant of intersection of
Sunset Blvd. N.E. and Edmonds Avenue N.E.
Monument: SW BOLT TRAF. SIGNAL BASE
NORTHING: EASTING: ELEVATION: 86.203
1936
Location: Top of copper tack set in concrete monument at intersection of N.E. 4th Street
and Jefferson Avenue N.E.
Monument: COPPER TACK SET IN CONC MON
NORTHING: EASTING: ELEVATION: 99.483
E5-5
r
CITY ENGINEER'S OFFICE RENTON,WASHINGTON
MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON,WASHINGTON 98055 • 235-2631
REF MoN C W P*,29a .4Zq
NDNUNENT TIES SKETCH REFERENCE TIES
FIELD BOOK PAGE OAT[ 04AOE MY
HLA
M _
l02,i3 gy, 67-
N 77� ,r oN AXs
sel- STD A40ri
r
DESCRIDED BY. . �-Z. .l. . ..`.. . .LS. .. . 7� I --
- - - - . -- --- -------- - _-- _.-- ----------------
DESCRIP71ON OF INTERSECTION MARK
Date -----�P� — ......................... -
--- ........................................................ ..-..-----------------Corncr
Type of new mark set ....,t� N..�.t_.. !1 � _._.1 !._.Z_� E�° S_.L�!S.<,.........--- Section-----8.-------•--
Type of old mark found ...._ C_•............
........................... Township--Z3 N
-----•-----------------------•--------•-------------------...-•------- ...-•----... S
--•------------------•----•--- Rangy..----....
Method of locating old mark...-4/oyqn?Z��V Z_.:_..,7! 5......
Manner in which reset e'SB` 1 _ r��z�r�-v�S= _
` ?Description .... �E 4F-l--------MQ.t ------ ".---- ' :k = d' a_ ti ?.
-
---------------------
•-----
-------------------------
•------------------------------------------------------------------------------------
..---•-••--__-_•_•__--••_•___•--__.••------------------•_____-.-___.____•.__-_--_---------.._--••__--_____-._-_--_-___----_-____.__..__--_---_.-__.__---
...•......__....•.....................................•.--.•....•---•-.--•_--•--•-•--•-•---•----_-..••--••------••----_--.--•--•--••-••--....._•.....__.....__.._
.•-••---_•_•_••---••••_--_-_•--•_--_-___-•___._••_-•__•••--.-••___-__-__-•_-_--•-•__--•-_-___-••_----•-•_.•----•-_-__-•__••-._•--_•_--__-____•__-•--.-___•__•_-..--_-
---•--••-•-•---••-•-•••--••---•••••-----•--•••••--•-••---••-•--•--••••--•••-••-•--•••--•-•--•---------••------•--•-••••-•••-•-.-•••-"
........ .............................................................. ..-_........___...._.._...__..._..__.._....._....___.......____..______..___..._._...
CITY ENGINEER'S OFFICE RENTON,WASHINGTON
1606
MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON,WASHINGTON 98055 • 235-2631
fuse zzoz . �
MM UNENT TIES SKETCH 3 REFERENCE TIES
k 5.W, fir.
u/NG I Dr I �Q� FIELD BOOK PAGE DATE MADE BY
S
T Aberdeen fwe/YE �� �.�
G
/.� �,.�,e t-
DESCRIDED BY.. . .. .. . .. . . . .. .. . . . . .. . . .
DESCRIPTION OF INTERSECTION MARK
Date - ----------------------Corner
Type of new mark set ......................
- - --- - Section...............
Type of old mark found ..................--------------------------- ... Township
...........-...........................................................................................................
Method of locating old mark.................................................. .
-----------------------------------•--------------.--•------•------------------------------•-•-----------••------•--------------------_.--------........._.......---•-•. ..............
Manner in which reset
------------------
Description
...................
j -- --••••----••--•--••---•--•••-•••---•---•-•••••---•--•--•-•-•-•-••--•----•--••-•----•-•---•-- --------------------------
------------------------
------------------•.----------------------------------------------------------------------------------------------- --------------
...............................
-----•---------------------------•--•--------• ---•------------------------------------
-- ------------------------------•--......---••-------------•-------------•--•--------------•---•--
..--•----•------•----------•----•-------------------•----.....................................
.................................................. -••---•--•-
.............................................................. ----•••••---••-••-•--•••---•-•-••-••-•--••• .........................................
CITY OF RENTON - ENGINEERING DEPT.
MONUMENT TIES BEFERENCE TIES
FIELD BOOK PAGE DATE MAIDE BY
w
Z 4"PA7/j DverJ47
_ L 1 R Try BXP• Tein f }�
e o� co rEC.. -S £
_ /live N • J� ,rf Pk Na,/ 33 i
q
8K G.— At
G
f k 03/Fr. e K I
c.w. +4s s.
Ofr
J V
2-q J� Q
22/7
� ,p�J
Described by --- � ------- ---------------- ---- --- -------- c:
-- --- --.------
- - ------
----- ------ ----- -------- -.. -------------- -
DESCRIPTION OF INTERSECTION MARK 2 Z�
i
Date ----7 --- ---------------------------------------------------------------------------------------------------- ----------------------Corner
Typeof new mark set-------------------------------------------------------------------------------------------- Section--------------------
Type of old mark found ----- - -jT--�t�_---. �5 ..__ irzl_-----?__7_-------------------- Township---------------
Range----------------------
Method of locating old mark--------------------------------------------------------------------------- -
------------------
t
Manner in which reset
Description ---------------- ---------- ! , ---- ---- ________
_______________________________________________ P
--------------------------------------------------------Larrl _ r_�_�L. ._9 IY.L. '
---------------------------------------------
---------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------ ---------------------------------------------------------
-------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------------------•---------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------
500 9-55 MEWS RECORD
1601
CITY ENGINEER'S OFFICE . RENTON,WASHINGTON
MUNICIPAL BfULCDI 200 MILL AVENUE SOUTH RENTON,WASHINGTON 98055 • 235-2631
Z3Z�
MDUMENT TIES SKETCH REFERENCE TIES
r v, µ
FIELD ROOK PAGE DATE MACE B1'
w- 7
IN _Z
� To Da t o n
z� v e.V
Yfz�
■
DES RI
DESCRIPTION OF INTERSECTION MARK
Date
--------------•---- ----------------------
Corner
Type of new mark set ........................ ---------•••------•--- Section....................
Typeof old mark found ..................---........................................................................ Township...............
..................................._................................... ............................................... Range.....................
Method of locating old mark.........................................
----•-------------------------•---...------------•--•--------------•-------•----------••-----•----------•------.........------•-------•-•------•-•---------------•......--•-•---......
Manner in which reset .........................................................
Description ................................................
------------•---------------------------------------------------
--------------------------------------•-------------------------------------------------------------------
-----------------------------------------•----------•--•---•---••---•--------...---------------••---
..................................... •--••--•------------•----•--------------•-----•--•---------•--------------••--•--•--•--•---••-•-------•----•------•---•------....-----------
.................----•-.............------•--------•--•--•--- ................................... •---•------•-••-------------------- -•--••--•-•------------•---------------------•--
�-
CITY ENGINEER'S OFFICE `RET4WN;WASI3IN Y h ��} � ,'
I
f MM IPAc avnoaw, xeKtoe, w �Hora+"Twee . saiawr. a R
#T TIC SKE3IMEFEMMM
C}i >�
9 :
3-^� � " a-- �, 41 `► � ,t '� c�M. ` a$EOOIC rAGE ` DAT£�,L kt .'�•:
` i
r -
.Fir
uT
_ -�4._..�_.__�.._ _,�.�..- •,:� .__:,sue _ ,.s��.,��....
yWs-.
r3 g""t. s=- ., .4!
M.
Wf
INTERS CTION,-MARK
{ e _ - /-7/ - - -
e� new mark.set , • �' A
- Section'
t
- - -- ---- - qw $ .
�.. d mark found .-- L T nship
--
S
Range
locating old mark ----------- -------- - - -------- ------ --
t.
1
. --__—_ ----.------- ------ -- ----- ----------- _._.-_____-_____.__-___------------------------- ___—___..................---__ -._
l (0ner-in which reset --- --- ------- -------- ----- - ------- --- -
---- ..- _
ascription ---- -------- ---•---- ---- - ---• -- ----- ------------ -------- -- ------ ---------• ----
_.._.- ���o�, � �� CA��----�� do.-._O:�_—�a�2_��y �.r�Tr' ��------_
-Q ------
----------- s _��1 f �.�y I M :�` y u -Q�
P � 4 .
- _-.?.l - ----- ----- --------= -------- --------- -----------
-
- - - -------- •---- --- .------= -------- -.......... ......... ---- =
_ ---- -----
--. -- -.__---
-- ------------- -- — -" . —.�.�..,_..„_•_• --w-„- -------------- - —--------
---- _-___--__-• -_.--_•-----_-- is
` j'
CITY OF RENTON - ENGINEERING DEPT. 73x,
/y"I rX 1Y,41I
� B.EFER.ENCE TIES
MONUMENT TIES 1
SSET`� FIELD BOOK PAGE DATE MAOE BY
C s
S V g: gg ,D-G.
L110 TC tL. In C.W. O•S" From
Conc.Mon.Zn ��� BaoK of C-W. North
V `�Case. w,+h G.� of C.B.vq Le7�Sr�caxrcrBus
8 ra SS � ,,i, stop pr�J_
c s C.
W
r;
� g
4 T<+L, in C.W 0.4'
From BacK o¢C.W, 4:
-Described by -aP- ------------------------------- --------------------
---- -
DESCRIPTION OF INTERSECTION MARK
-
Date '-�1 ---------------------- ------ ----------------------Corner i
Type of new mark set-------------------__ -
- - -- --------------------------- Section--------------------
Type of old mark found ,h. _W-Lt7----------------------- Township----------------
---------------8_YQ..S;S-----Fl-U-,q-------------------------------------------------------------------- Range----------------------
Method of locating old mark
------------------•------------------------------------------------------------------------•----------------------------------------------------------------------------------------- I
Mannerin which reset ----------------------------------------------------------------------------------------------------------------------------------=-----=-
Description ---------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------- •-----------------a------
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
} ------••-•-----------------------------------•---------------•-------------------•-------------------.-----------••-••-------------------------•----------------------------------------
__________________________________________________••------__._._____.__..___.____-._.___...__._.._._____..._____.-..-....__..____..._____.______.._________-__-_-__---______-__---_----_
I
_________________________________________________•-•----____--__-__----_--_____-______---__-_---_______-________--_--__----_-_--____-__--__-----__•-_--_-•-_-___---___-_--__-_____.---_-
i - - ------------------------------•------__----_--_-_--_--____----__--•---_---___-_--__--___.-___--__-•-•---__-----_---_---_--•--__-------•-----_---_-___--_-_---___------
-----------------------•-_-----_-_----__--__--_--_-•---------------_------_---_-_-----_-----____---•---_-__-__-_-_•-----__----------•--___•_--_-•----__•--_--_---_----_•_-•-__----_---__
500 E-EE NEWS RECORD
t
13
CITY OF RENTON - ENGINEERING DEPT.
MONUNIENT TIES REFERENCE TIES
i
Spt+.�./�Ev FIELD BOOK PAGE DATE MADE BY
^�-"i��.rlrAL /ems ✓tZ3 ,D.G•
�.i
G
4
ull ,l�
�C�rndaLc N.£.
� r
Described by
- - - - - - -------- -------- - - - - - - - ----- ---
--------m-
I F
DESCRIPTION OF INTERSECTION MARK
Date -------7__ > _ ------------------------------------------------------------------------------------------ ----------------------Corner
Typeof new mark set------------------------------------------------------------------------------------------------- Section--------------------
1 Type of old mark found ------- !n------ e------�S�_h!t.L�'---------------------------------------- Township---------------
------------------------------------------------------------------------------------------------------------------------ Range----------------------
iMethod of locating old mark --- - 5- ------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Manner in which reset -
Description ------------------------------------------------------------------------------------------------------------------------------------------------------------------
i ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
i --------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
i -------------------------------------•-------------------------------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------ ----------------------------- --------
---------- ----------------- ------------------------------- ---------- ---------------------------------------------------------------------------------------------------
0 500 9-55 MEWS REC_RD
(602
CITY ENGINEER'S OFFICE RENTON,WASHINGTON
MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON,WASNNiGTON 98055 • 235-2631
d "UWNT TIES SKETCH BEFER.ENCE TIES
3 u �r k S.w• ��. z�waik
FIELD BOOK PAGE DATE MADE BY -,
7`� fuse g8 .G;
G•w.
Zo Fe1-r do
\o
-- �! IE 1 7 -
,� P
97
X X X
4, FrK it. c.w.
fiv ,to�
twee Pswish+ 4—e
DESCRIDED BY.. .. .. . �
DESCRIPTION OF INTERSECTION MARK
Date .......................................................----••-•---•--•-••----•-•-•-......----•---•-••---•----- --.Corner i
Typeof new mark set ..---------•--•-----......--------•-----------------•----------•--...---•••-----••-----.......---- Section....................
Typeof old mark found ..................----..................................................................... Township----...........
...-..........................-.................................._................................................... Range
--------------
Method of locating old mark----. -•----------------••--•-•-----------------............._•-•---..............-- --
...............................................................------•----....---------•-------•-•--•-------..._...-•-•-••-•----•-••----_.._..•--•----•-•---••--•-••------------•.--•-•-
Manner in which reset . - -
Description --------------------------------------------•--------------•-•-----------------------------------
-------------------------•-------------------------------------------------------------------------------------------.... ...............
------------------------------------------------------------••-------------------------------------------------------------------------- ------------------
•-------------------••--•-----•-•-•---•-------------•--------------•-•---------•---•------•----------------•------------------------------------------------------------------------.--
•---•---•------------------------------------•-----••------------------•--------- ------.........-----------------------•----------------...------------•--------------------------.....
--------------------•------.....----•-------•-------------------------------------------------------•-------------•----------••---........----...----- -----------------------------••--
..-•-•---•-•--------------------•-•-•------------------•------•-----••----------------------------------•-•••-----••----------------•••------....-----------•---------------------------
------•---------------------------------------------- -----------------------------•------------------------------------------------...__...
CITY OF RENTON - ENGINEERING DEPT.
MONUMENT TIES REFIItENCE TIES
�� W nae�. Y� b�•�J 2L FIELD BOOK PAGE DATE MADE BY �•.
SKETCH 1p. Al. #J, Q=V- 1-muse- — k;
old addl 28'0l C
is
Pu Na,, 14,1e,
I K
i
f
IS.li.L.Caen p �elc, 7-' is
A).Iw• Cer .
Described by ------- __C _i. -----------------------------------------------
ksee A(oiv 64rP #29 far YT,
DESCRIPTION OF INTERSECTION MARK
Date ------------------------------------------------ --------------- __Corner
Typeof new mark set-- - -- ----------------------------------------------------------------------- Section
una k-=----90-Lr--------------------- Township-- ----------
Type of old mark found ------�
----------------------------------------'------------------------------------------------------------------------------- Range--------------
Method of locating old mark------- - ---------i',---------S-1---------------------------•------------------------------------ - +.
i
---------------------------------•--------------•---------------------------------------------------------------------------------------------------------------------------------------
Manner in which reset
Description -----------------
---------------
---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------
-----------------------------------------=---------------------------------------------------------------------------------------------------------------------------------------------
•-----------------------------------------------------------------------------------------------•------------------------------------------•-------------------------------------------
------------------------------------------------------------------------------------------ ---------------------•-------------------------------------------------
----------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
i
d s 500 9.55 NEWS EEC,no
1603
CITY ENGINEER'S OFFICE • RENTON,WASHING TON
MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON,WASWNGTON 98055 235-2631
MMWNT TIES SKETCH REFERENCE TIES
SG�OD/ la/ay 141krQ FIELD BOOK PAGE DATE MADE BY
Pk,tid,/ W/ Qs�Y`
3 ffse # 6B3
. ..!`....�. . .`..DESCRIDED Y.. .. . . ..
DESCRIPTION OF INTERSECTION MARK
Date ...................................................................... Corner
.......................................................
Type of new mark set.................... .
- - Section------
Type of old mark found __________________ _............................................
Township...............
..._..........................--.~...........-...................................................................... Range............
iMethod of locating old mark................................
...---..w....-------•--•.........................--------------._..-------•--------------.....------------.......--- ..............................................................
Manner in which reset ........................................
--------------•---------•--•--------..•........--•-•-•-----------•-------- ---
Description ..
----•--•-----------------------------------------------------------------------•-----------------•----------------•---------------------•--....------------••-------
.-•••----•-•--•--•-•--•------•--•-----•--•--•-----•-•--•-•-•--••--------•-------------------......................................................
.........---•---------•------•-•-•---------•----•------------••---•--------...
•-•-------------------•- ............................-.....................................................
--•---•-----•--•------------------------------•----•-••-----=......................................
.--•..............•--•-- ---------------•------------...------.....----•------••--•----•--- --•--•--•---•--•-•
i
3a
CITY OF RENTON - ENGINEERING DEPT.
NFW sr' l'i9/NC s
MONUN[ENT TIPS iN/P�'o RREFEH.ENCE TM
CH' -.r f. FIELD BOOK PAGE DATE .MADE BY
S11L-a 1
t-
MAAS
9
7•L!•(o�o t�
y
PT kff Mon/
CAU #/603
Described by ----�!.N_..-_------------------—-------------------------------- �.
ref Mon C"m 431(A►'a liuG) '-
- -----
DESCRIPTION OF INTERSECTION MARK
iDate --2 - � `-3------------------------------------------------------------------------------------------------- ----------------------Corner
Typeof new mark set------------------------------------------------------------------------------------------------ Section--------------------
' Type of old mark found .7 -------------------------------------------------------------------------- Township.....
--------------------------------------------------------------------------------------------------------------------- Range-----------------
Method of locating old mark--------------------------------------------------- -
----------------------------------------------------------------------•----------------------------------------------------------------------
Manner in which reset - -
iDescription --------------------------------------------------------------------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------------------------------------------------- --------------------------------------------------
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
I
-----------------------------------------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------ --------------------------------------------------------------
i
I SOO 9-55 NEWS RECORD
i
CITY OF RENTON ---- -- ------- 0
a E N G I N E E R I N G D E P A R T M E T
/Yr-ly s-i/Y.Qldr� r
-MONUMENT TIES SKETCH i vipEv
nd 3-ZS-79
1
tp 2^►� L4 R 02 P-,.Qk•C.w,
311 0 v �' g /S 8 E. b-r Woad Fenea Cet•
-
� C W.
set- P)a D,st 5 3T
(Zero&M N,,3kle nds
Fr. P C,7b Tc �I yp P-
LO
l4 Fnd 3.28.79
-r< 073 S.t.
P q¢W.of
faee. w.F
N.Po)e
q• clae
D�d Not .0606 6�g
14
-kit�
Type of Monument -7:� --T'h A S?A µ Sf
Described b Date
------ --- ----- ---------------
I
j
i
i
I
i
I�
I
i
f
� STANDARD PLANS
1
� AND DETAILS
1
1
1
1
1
1
1
1
1
1
1
1
,
LANE LINE
MARKING 7,_8„
STANDARD VEHICLE WHEEL PATH
3' 4.5' 3'
MIN. MIN. MIN.
L 1.
�' ACP CLASS
MIN. MIN. 'E' OR 'B''
6" CRUSHED SURFACING
2" CLASS "B" TOP COURSE
2" SAWCUT AND REMOVE EDGE OF PAVEMENT,
OR GRIND, SEAL EDGE OF CURB & GUTTER,
WITH AR4000W OR CENTER OF LANE LINE
2.5'
MINIMUM ACP CLASS 'E' SHALL BE: MIN.
" PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS CRUSHED ROCK, FLOWABI.E FILL
& INDUSTRIAL ACCESS STREETS - 6" ACP CLASS 'E' OR 'B' OR AS REQUIRED BY ENGINEER
RESIDENTIAL ACCESS STREETS - 2" ACP CLASS 'E' OR '8' LANE WIDTH OVERLAY
" NOTE: UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT FOR FLEXIBLE PAVEMENT ONLYADOPTED
SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR G CITY OF RENTON
DETERMINING PAVEMENT THICKNESS. mew +
STANDARD PLANS
LST DATE: 12/96
GATE I REVISION I BY [APPR'n DWG. NAME: HR-05 SP PAGE: H032
1 1 2.5 1 1
MIN MIN MIN MIN MIN
ri
6.5' MIN.
2.5' -�{ 1'1'
MIN MIN r MIN I M
2" CLASS 'B'-/
IN MIN
FACE OF CURB OR
EDGE OF PAVEMENT
ACP CLASS 'E' OR 'B'
2" CLASS 'B'
6" CRUSHED
`2" TO 6" SURFACING TOP COURSE
CLASS 'E' CENTER LINE OR
OR LANE LINE CRUSHED ROCK,
CLASS 'B' PLOWABLE FILL
OR
AS REQUIRED BY ENGINEER
TYPICAL PATCH FOR FLEXIBLE PAVEMENT
6.5' MIN. WHEN PERPENDICULAR TO
2" DEPTH OF ROADWAY CENTERLINE
GRIND OR SAWCUT AND REMOVE ti ADOPTED
C! CITY OF RENTON
♦ >=/
STANDARD PUNS
IST DATE: 12/96
• SEE DWG# HR-05 FOR MINIMUM STANDARDS I DWG. NAME: HR-23 SP PAGE: H032A
DATE I REVISIONY PR'
rr rr r� rr r rr rr rr rr rr rr +r� r �r rr rr rr r rr
MUM M a
FIGURE 5AAK GRAVEL AND WIRE MESH FILTER
18" Min . Gravel (12" Min . depth )
Runoff Water
with Sediment _
\---Sediment Ji 1 tered Wire Mesh with Filter
Water Fabric on top
a a a a a a a a a x
FIGURE 5.4.4J BLOCK AND GRAVEL FILTER
Wire Screen
-
Gravel Filter
Overflow
Concrete.Block Wire Screen
Filtered Water
Runoff Water
with Sediment
C Sediment d` Drop Inlet
with Grate
air � � � r � � � � � � o i � � ■�■� � r s
FIGURE 5.4.41 FILTER FABRIC FENCE INLET BARRIER --
Drop Inlet
with Grate Stakes
C Filter Fabric Stakes
_ Filter Fabric
Runoff Water ,Washed Gravel
with Sediment Filtered Water
�i` �12" ' • ''
Buried Filter i A
Fabric
8"
FILTER FABRIC MATERIAL 60" WIDE ROLLS.
USE STAPLES OR WIRE RINGS TO ATTACH
FABRIC TO WIRE.
2" BY 2" 14 GA. WIRE
FABRIC OR EQUIV.
I I I NOTES:
2'-0" 1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A
II i SEDIMENT TRAP OR POND.
II
5'-0" BURY BOTTOM OF FABRIC 2. MAXIMUM SLOPE STEEPNESS PERPENDICULAR TO FENCE
-
-+I-- ------ -- ----I�---
MATERIAL IN 8" BY 12" TRENCH LINE IS 1:1.
2'-6 11 II 3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO
6' MAX ,'I II THE FENCE OF 100 FT.
11
u u
4. IF 50% OR LESS OF THE SOIL, BY WEIGHT, IS FINE PARTICLE'.
SMALLER THAN THE U.S. STANDARD SIEVE NO. 200, THE EOS
SHOULD BE EQUAL TO OR SMALLER THAN THE SIEVE SIZE
THAT 85% OF THE SOIL CAN PASS THROUGH.
1 FILTER FABRIC MATERIAL 5. THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM
6" DIAMETER WASHED GRAVEL,
2" BY 2" BY 14 GA. WIRE
FABRIC OF EOUIV. 5. FILTER FABRIC FENCES SHALL BE REMOVED WHEN VEY HAVE
SERVED THEIR USEFUL PURPOSE, BUT NOT BEFORE\THE
2'-0" UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.
5' 10" 6. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY
PROVIDE 3/4" - 1.5" AFTER EACH RAINFALL AND AT LEAST DAILY DURING
WASHED GRAVEL BACKFILL 12" PROLONGED RAINFALL, ANY REPAIRS SHALL BE MADE
IN TRENCH AND ON BOTH SIDES I IMMEDIATELY.
OF FILTER FENCE FABRIC ON --{ 8" MIN.
THE SURFACE.
2" BY 4" WOOD POST FILTER FABRIC FENCE DETAIL
ALT: STEEL FENCE POSTS. ADOPTED
CITY Of RENTON
BRUSH BARRIER
. !� .
STANDARD PUNS
NTS
LST DATE: IT/96
p DWG. NAME: BR21 SP PAGE: B066
� CONSTRUCTION PLANS
� SEE SEPARATE SET oF ,, , ,, REDUCED PLANS
1
1
1
1
1
1
1
1
1
1
1