HomeMy WebLinkAboutSWP272330 Award Date:_ Il0I07 CAG 07
Awarded to:--&f nff�fPmt-.E4 _Wt1� i*Ke..
1>.0 L-ftA.----A -V-- __..
SWC4ew 6✓ 3.�/
# 721;-q0.(..3
1
Ridding Requirements, City of Renton +
Forms, Contract Forms, Conditions of
the Contract, plans and Specifications � ....
' City
9
City of Renton
1
1 Monroe Ave. NE
Storm System Overflow Project
' Project No. SWP-27-2330
1
1
City of Renton
1055 Soutli Grady Way
' Renton `JVA 98057
General Bid Information: 425-430-7200
Project Manager: 425-430-7293 Allen Quynn
AIN Printed on Recycled Paper
CITY OF RENTON
' RENTON, WASHINGTON
' CONTRACT DOCUMENTS
' for the
Monroe Ave. NE
' Storm System Overflow Project
PROJECT NO. SWP-27-2330
' August 2007
BIDDING REQUIREMENTS
' CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
O��oF WASHY/,yc
y
A�D
s 27
`S/ONAL f fo/o-
EXPIRES 10/16/Zoo 7
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
® Printed on Recycled Paper
1
Cornerstone Earth Work Inc.
Letter
--� Cornerstone Earth Work, Inc.
PO BOX 1269 License #
Buckley, WA 98321 CORNEEW957JE
Cornerstone Phone: (360)-825-4621 Bond #
Earth Work INC. YL1247368
CornerstoneEW(daol.com
' Cornerstone Earth Work, Inc.
Office: 360-825-4621
Fax: 360-825-4674
Email: Cornerstoneew(a�aol.com
1
RESPONSIBLE OFFICER:
' MARK RODARTE
41926 212TH Ave SE
Enumclaw, WA 98022
' 253-226-6240
tJOB FOREMAN:
ROGER RODARTE
41926 212th Ave SE
' Enumclaw, WA 98022
253-632-7917
BONDING AGENT:
BRYAN WELCH
1119 Pacific Ave., 14th Floor
Tacoma, WA 98401
1
l�
' CORNERSTONE EARTH WORK, INC. B
PO Box 1269
Buckley, WA 98321 Member
Better Business Bureau'
DFPARTMFNTT OF LABOR AND TNDUSTRIFS
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
REGIST. # EXP. DATE
CCO1 CORNEEW957JE 04/26/2009
' EFFECTIVE DATE 04/26/2005
CORNERSTONE EARTH WORK INC
' 41926 212TH AVE SE
ENUMCLAW WA 98022
I ,25-05?_(xx)(8/97)
�Y o CITY OF RENTON BUSINESS LICENSE Expiration Date
rs + Finance Division 9/30/2008
1055 South Grady Way
Renton, WA 98057 Issued Date: License#
(425)430-6851 9/24/2007 BL.029976
Business Location
Billing Code: ocl_a
41926 212TH AVE SE
ENUMCLAW, WA 98022 Licensee has applied for a City of Renton
business license in accordance with Renton
Municipal Code (the Code), Title V Business,
Chapter 5 Business Licenses. The Licensee
' CORNERSTONE EARTH WORK INC agrees to comply with all requirements of the
PO BOX 1269
BUCKLEY, WA 98321 Code, as well as State laws and regulations
' applicable to the business activity licensed.
Post this License at the place of business.
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
' Summary of Americans with Disability Act Policy
Scope of Work
Location, Vicinity Map
Instructions to Bidders, Example Schedule of Prices
Call for Bids
*1 -Bid Section
*Combined Affidavit& Certificate Form: Non-Collusion,Anti-Trust Claims, Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (not required for this project)
2—Contract Section
' ❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal -Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Insurance Information and Requirements
Certificate of Payment of Prevailing Wages
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Prevailing Minimum Hourly Wage Rates(New job classifications)
Environmental Regulation Listing
WSDOT Amendments
' City of Renton Special Provisions
Survey Control Network, Surveying Standards, and Monuments
Traffic Control Information
Site Photos
' Manufacturer's Details and Information
Standard Details
Construction Plans(reduced 11 x 17)
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
** Submit with Bid or within 24 hours of bid
❖ Submit after Notice of Award
' CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98057
02_Contents.D00
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,
1 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.
(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 COUNCIL:
' 114ayor Council President
Attest: ` \
' City Cler
03_SUMRY.D0C\
CITY OF RENTON
SUMVfARY OFAMERICANS WITH DISABIZITISSACT POLICY
ADOPTED BYRBSOLUTIONNO. 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 will be based on individual performance,
staffing requirements, and m accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABIL=S ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to ate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
C RENTON RENTON MY COUNCIL:
Z-(-� �� 0 L el-
Mayor ouacil President
Attest.
City Clerk
i
tCITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
SCOPE OF WORK
' The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
• Installing approx. 148 LF of new 24-inch HDPE storm line and associated fittings, pipe anchor
assembly, concrete deadman block and rock apron on a steep slope,
• Install and connect one Type II, 72" catch basin to existing storm line,
• Remove and replacing approximately 12 LF of concrete curb and gutter and chain link fence,
• Trench patches, grind and remove asphalt, and asphalt overlay,
• Clear grass and shrubs for pipe installation,
• Restoring cleared areas,
• Hydroseed, fertilize, mulch.
1
The estimated project cost is $60,000 to $75,000.
The award of the contract is contingent upon the City obtaining an easement from the property owner.
A total of 20 working days is allowed for completion of the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
i
t
i
04a SCOPE.DOC\
j
t -
t ,
t
Lake
Washington
( E
S lie
W
Z
REENTO
t
E 4t
' PRO T
t
I Project Vicinity
J Y
Monroe Ave NE Storm System
0' 2000' Outfall Project
I I
NScales 1" = 2000'
City of Renton Surface Water Utility
D. Carey 8/07
i
IE
IL
N
Q
N
O
C
O
NE 4th St
Monroe Ave
Project Location
w
z
1
Q
N
0
c
O
i
i
Project Location
Monroe Ave NE Storm System
Outfall Project
0' 400'
N ' '
Scale: 1" = 400' City of Renton Surface Water Utility
D. Carey 8/07
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, until the time and date specified in the Call for Bids.
At that time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
1 submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
the contract documents,whether made before or after letting the contract.
3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
S8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Revised:04/06 bh
i
i13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
• type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
j15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
1 16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
iconsidered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
i19. 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.
1 Revised:04/06 bh
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Special Provisions or
other sections of these contract documents. These standard specifications are hereby made a part of
this contract and shall control and guide all activities within this project whether referred to directly,
paragraph by paragraph, or not.
1. WSDOT "2006 Standard Specifications for Road,Bridge and Municipal Construction"
hereinafter referred to by the abbreviated title "Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT standards shall be modified to read
"City of Renton," unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT standards shall be deleted and
the measurement and payment provisions of Section 1-09 of the City of Renton Special
Provisions,Measurement and Payment(added herein), and Section 1-09.14 shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
1
Revised:04/06 bh
" E X A M P L E - SCHEDULE OF PRICES "
fThis Example shows how the Schedule of Prices should be filled out.
The prices are for illustration only, and do not represent actual unit prices for those items.
The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in.
Handwritten words and figures are acceptable (must be legible).
FOR EACH BID ITEM
1 Write the Unit Price in words and figures (number). The words and figures must be equal.
Example: Nine hundred dollars, $900.00.
2 Multiply the Quantity by the Unit Price, write the result in the"Amount" column as a figure.
Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00
3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,315.35).
4 Multiply the Subtotal by the Sales Tax, write the result in the "Sales Tax" column (when present).
Example: $5,315.35 x 8.8% = $467.75
5 Add the Subtotal and the Sales Tax, write the result in the"TOTAL" column.
RECHECK THE WORDS, FIGURES, AND MATH
The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures).
EXAMPLE
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1. 1 Erosion Control
Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00
2. 200 Clear Fence Line
Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00
3. 150 Topsoil
Cubic Yard $ Three dollars $ 3.00 $ 450.00
4. 2 Chain Link Gate
Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00
5. 0.40 Hydro-seed
Acre $ Two thousand dollars $ 2,000.00 $ 800.00
6. 1 Restoration
Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35
thirtyfive cents
Subtotal $ 5,315.35
8.8% Sales Tax $ 467.75
iTOTAL $ 5,783.10
06-Example Sched Prices.doc
CAG-07-155
CITY OF RENTON
CALL FOR BIDS
Monroe Ave. NE Storm System Overflow Project
Sealed bids will be received until 2:30 p.m., Tuesday, September 4, 2007, at the City Clerk's office,
7`" floor, and will be opened and publicly read in conference room#511 on the 50' floor, Renton City
Hall, 1055 South Grady Way, Renton WA 98057.
The work to be performed within 20 working days from the date of commencement under this contract
shall include,but not be limited to:
2-4-
Installing approximately 148 LF of-1-2-inch HDPE storm line, associated fittings, pipe anchor
assembly, concrete deadman block and rock apron on a steep slope. Installing and connecting one
Type II, 72" catch basin to existing storm line. Removing and replace approximately 12 LF of
concrete curb and gutter and chain link fence. Trench patches, grind and remove asphalt, and asphalt
overlay. Clearing grass, shrubs, and wooded areas for pipe installation. Restoring cleared areas, and
hydroseed, fertilize,mulch.
The award of the contract is contingent upon the City obtaining an easement from the property owner.
The estimated project cost is $60,000 to $75,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available August 14, 2007. Plans, specifications, addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com. Click on"bxwa.com"; "Posted Projects", "Public Works", "City of Renton",
"Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the"Bidders List.")
Questions about the project shall be addressed to, Allen Quynn, City of Renton, P/B/PW, 1055 Grady
Way,Fifth Floor, Renton,WA, 98057,phone(425)430-7247, fax(425)430-7241.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
j &It4 v
Bonnie 1. Walton, City Clerk
Published:
Daily Journal of Commerce August 14, 2007
Daily Journal of Commerce August 21, 2007
Daily Journal of Commerce August 28, 2007
I - BID SECTION
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
The following documents must be submitted for the bid at the time noted, and must be executed
by the Contractor, President and Vice President or Secretary if corporation by-laws permit.
All pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to the bid
document.
*1 —Bid Section Cover Sheet (this page)
*Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims,
and Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
"Subcontractors Subcontractors List (not required for this project)
* Submit with Bid
** Submit with Bid or within 24 hours of bid
23 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
j ❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
Ile-Bid Instructions.DOC\
CITY OF RENTON
Combined Affidavit and Certification form:
iNon-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 AND
MINIMUM WAGE AFFIDAVIT
I Monroe Ave NE Storm System Overflow Project
Name of Project
AW) Gi�' I !,/]
W-,)V �__ 1 I /1[ C
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this day o � C60o
Notary Public in and for the State of Washin
' Notary Public C
State of Washington Notary (Print) 41,
ALMM K SANCHE2
My Appointment Expires Sep 26, 2010 My appointment expires:5 �-{ 2 Ca
�Z�1 17
Ige 15 Non-Collusion Affidavit
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of S 3,700.00 which amount is not less than five percent of the total bid.
Signature
tKnow All Men by These Presents:
That we, CORNERSTONE EARTH WORK INC. as Principal, and
' DEVELOPERS SURETY AND INDEMNITY COMPANY as Surety, are held and firmly'bound unto the City of Renton,
as Obligee, in the penal suns of THREE THOUSAND SEVEN HUNDRED Dollars,
Ifur the payment of which the Principal and the Surety bind themselves, their heir, executors,
administrators,successors and assigns,jointly and severally,by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
Monroe Ave NE Storm System Oveftow Proiect according to the terms of the proposal or bid
made by the Principal therefor, and the Principal shall duly make and enter into a contract with the
Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit
specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and
remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as
penalty and liquidated damages, the amount of this bond.
SIGNED SEALED AND DATED THIS 28TH DAY OF AUGUST , 200 7 ,
Principal
Suret BRYAN WELC ATTORNEY—IN—FA T
/f -
jReceived return of deposit in the sum of S
�y
1
09 BIDBD.DOO
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
I'O 13OX 19725,IRVINI::,CA 92623 (949)263-3300
KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited. DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY
COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint:
***Daniel A. Welch, David A. Wiita, Clemence A. O'Neal, Bryan Welch, Thomas D. Rossetto, Ryan Wiita, John
P. Glass, Jennifer W. Peterson, jointly or severally***
' as their true and lawful Attorneys)-in-Fact,to make,execute,deliver and acknowledge,for and on behalfof said corporations,as sureties,bonds,undertakings
and contracts of suretyship giving and granting unto said Attorneys)-in-Fact full power and authority to do and to perform every act necessary.requisite or proper
to be done in connection therewith as each of said corporations could do.but reserving to each of said corporations full power of substitution and revocation,and
all of the acts of said Attorneyls)-in-Fact,pursuant to,,,be.,,:presents,are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COM11PANY OF CALIFORNIA.effective as of November 1.2000:
RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is.authorized to
execute Powers ofAtIo ney,qualifying the atiornev(s)named in the Powers ofAttomey to execute,on behalfof the corporations,bonds,undertakings and contracts
of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such
Power of Attorney;
RESOLVED,FURTHER,that the signatures of such otlicers may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond,undertaking or contract of suretyship to which it is attached.
' N WITNESS WHEREOF,DEVELOPERS SURF.TYAND INDEMNITY COMPANY and IND17MNITY COMPANY OF CALIFORNIA have severally caused
these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this I st day of December, 2005.
By: .�v:.AND %. ?ANY,,
David H.Rhodes,Executive Vice-President .� O O e
yJ`�:•oRpORgI,F�y, ti��OptPOggT Ci
G �• 9`
Qr? OCT. 5<c Z ? OCT.5 T
a 10 c c�c W 1967
BY 0�; 1936 ::-- o �, 2
Walter A.Crowell,Secretary �Cf
'•��' �OWA,•`O�a. FOP
jSTATE OF CALIFORNIA
COUNTY OF ORANGE J
On December I,2005 before me,Gina L.Gamer, Notary Public(here insert name and title of the officer), personally appeared David H.Rhodes and
Walter A.Crowell,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose names)is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her./their authorized capacity(ies),and that by hisiber/their signature(s)on the instrument
the person(s),or the entity upon behalfof which the person(s)acted,executed the instrument.
WITNESS my hand and official seal.
GINA L. GARNER
' N COMM.RYPUBLIC
LI 1569561
Signature (SEAL) NOTARY PUBLIC CALIFORNIA
3 ORANGE COUNTY v
IMy comm.expires May 13,2tN—
_____._ __ ___.-. -.._--_.....-___—.--
CERTIFICATE,
The undersigned,as Assistant Secretary,of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,
does hereby certify that the foregoing Power ofAttomey remains in full fierce and has not been revoked,and furthermore,that the provisions of the resolutions of
the respective Boards of Directors of said cogxtrations set forth in the Powerrooff AAttorney,are in for as of the to of this Certificate.
This Certificate is executed in the City of Irvine,California,the `Q j day of
A L
By,
Albert Hillebrand, Assistant Secretary
ID-13S0(Rev. 12/05)
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement, and the method by which payment will be made for said work,and hereby propose
to undertake and complete the work embraced in this improvement,or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract
and the following schedule of rates and prices:
(Note:Unit prices for all items,all extensions,and total
amount of bid should be shown. Show unit prices both in
' writing and in figures.)
Printed Name:
Signature: 1
Address:
Names of Members of Partnership:
I OR
Name of President of Corporation �/C'4 �r� Awt[ �'�--{
Name of Secretary of Corporation
Corporation Organized under the laws of kA
t
With Main Office in State of Washington at
i
r10 PKOP.DOC1
Ile 17 Proposal
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project, SWP-27-2330
SCHEDULE OF PRICES — Use sheet generated by Excel Bid Tab
(State Sales Tax Rule 171 Applies to this Project)
Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
I ITEM APPROX. -ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
' 1 - 1 Mobilization
Lump Sum $ r . `s W G.1 1q.05 $
2 - 1 Construction Surveying, Staking, As-Built
Lump Sum $ ha 4,uG vXe 14 it ciz 11"-s $
3 - 1 Traffic Cor\trof �, ;�
i Lump Sum $CLtI(Q �SAr 0),+k'Vu_ k'V dd�. $��ll(�•c $C1,2
g5 k -,c ItA ri' Vv-
4 - 1 Erosion Control i Lump Sum $fit'+ilfi"�S1 1� 'VQ howivag $ Z7 5)u A $ 2_5 k l it'
ll 5 - 1 Trench Excavation Safety'System '
Lump Sum `z $, v�]. �G $ y
_s.lx
6 - 3 Pothole Utility
Each $ {)')r Ins naye-d. rl.>r i w_Ai'X n- u kJ� $ $ 1260 .
j7 - 1 Catch Basin Type 1, 72" _ _ �^�4 -1 ' S
Each $ klv'�5 v �clAud,le5c $�L $
`54 ejAv".1't 5e'v LQKA5 .
8- 1 Conn t New dB to Existing Storm Li e
Each 'Z3410. Q�
emirr 7. rw C%t►^�
9- 148 24-inch HDPE Storm Pip
Linear Foot $ S U _ 0,0-aA 16K 1pv5$ $ t
10 1 HDPE Pipe Fittin s
Lump Sum $ � �C +-,A.d Q.V�2t ��
t� $ Ar''i, 13 $ G`2-IT-g23
�i 11 1 Pipe Anchor Assembly
Each $ KO.c ice.-MCA S4.v 41 dd � 5 _ $ 'G� . le 0 $ Jul .
'1
it 12 1 Concr to Deadm n Block
" Lump Sum -hoc u R S v 1$ ' yj`I 0 $ Z�`7 1 40
' . '�+>C C,4 5.
13 75 R6ck Apronr Heavy Rip-Rap rye
Tor: $ .1'wQ '&a �cd�t>vS 4 Ls� $ L J� $
14 190 Sawcuttin
Linear Foot $ t 4" PLC (, $ ,au
15 100 Quarry Sp Its
1 Ton $ "w'a it- tit"i tttX5 4 vuc, cAAJ6 $ f-7.1�Q $ 1 Qo , (�
l lb-Sched Prices.doc
lge 18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
16 80 Import Trench Backfill
Ton $ _VItl, " $
' 17 10 Crushed Surf
Ton Ton S . 1, r c L [L✓S h. ✓t t �- { 1 $ -C'•(? $ c, 3L,:
I18 22 Hot Mix Aspalt(HMA) Class '/z"Ton S a;- L'-LJvzJ" I L-44 C?Ld 0 , CC $ 2 q 2_C= L'�L
e 1-ilds
19 2 Remove Tree
Each S tvt-, Lie u k t i
b+ L
20 12 Remove, Replace Conc. Curb and Gu ter
Linear Foot u--u /:>I IA v3 z n'[- (-1 $ C $ <'��rc ° • G�
21 1 Remove/Restore Fence `z
Lump Sum S Ur-e ��° ►U ��= C�kLs.$ I No - CIO $ oz)b; 610
f
22 1 Restoration, Fertilizing and Seeding
Lump Sum S �,T_Il is "%CE ct�r! 4 +%'� .,t5 $ $ ?" 0
23 1 Minor Changes
Lump Sum S One thousand dollars $ 1,000 $ 11000
IState Sales Tax Rule 171 Applies to this Project
TOTAL
I lb-Sched Prices.doc
Ige 19
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
j
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NrO•_._..1� _ DATE: 'SJ -7
NO. DATE:
NO. DATE:
NO. _ DATE:
NO. DATE:
SIGNED:
TITLE: yo(4
NAME OF COMPANY: }mQ,I�-fj
ADDRESS: AV -2-(
CITY/STATE/ZIP: a.0 nl(,; ( tA yutA 7�'j()2 2
TELEPHONE: PQ,o e Z,G -ciu 2 i
1
Pie 20 Acknowledgement of Receipt of Addenda
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
2 — CONTRACT SECTION
INFORMATION ONLY
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days following the Notice of Award.
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
L ❖Contract Agreement(Contracts other than Federal - Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
•'• Submit after Notice of Award
12c-Contract Section.DOC\
BOND TO THE CITY OF RENTON
' KNOW ALL MIEN BY THESE PRESENTS:
CORNERSTONE EARTH WORK INC•
That we,the undersigned
as principal, and DEVELOPERS SURETY & INDEMNITY CO_ corporation organized and existing
under the laws of the State of IOWA __ as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severall}r held and firmly bound to the City of Renton in the
penal sum of$
72,240. payment for the of which sum on demand we bind ourselves and our
successors,heirs, administrators or person repre-sentatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
' of the City of Renton.
28TH day of SE
TACOMA P TER,2�7
Dated at ,��'ashington,this _
INevertheless,the conditions of the above obligation are such that:
Public Works Constructidn ContractCAG-07-155 providing for
WHEREAS, under and pursuant to
Storm System Oveflow Project the principal is required to
construction of Monroe Ave NE
furnish a bond for the faithful perfonnance 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 fonh,,o``���Cssuch ubcontractors andle as may be materialmen,granted
d al
under said contract, and shall pay all laborers.
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said wort:, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness
and shall indence on the part of said
mnify fy and hold the City
principal,or any subcontractor in the performance of said
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.
DEVELOPERS SURETY AND INDEMNITY CO
kt
Surety
Principal
Signature BRYAN W CHJ
Sigua urev
1 I� —. _ ATTORNEY IN—FACT - —-
—ALTitle
Title
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725,IRVINE,CA 92623 (949)263-3300
KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY
COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint:
***Daniel A. Welch, David A. Wiita, Clemence A. O'Neal, Bryan Welch, Thomas D. Rossetto,
Ryan Wiita, jointly or severally—
as their true and lawful Attomcy(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings
and contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper
to be done in connection therewith as each of said,corporations could do,but reserving to each of said corporations full power of substitution and revocation,and
all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confinned.
1 This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000:
1 RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to
execute Powers of Attorney,qualifying the attomcy(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts
of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such
Power of Attorney;
RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond,undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused
these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this I st day of February,2005.
By David H.Rhodes, AND �N%,, OMPPO YOB
Executive Vice-President O
,,•�J VO�p0RgrF �y �O�P HyTt<
IE ce? OCT. ;<Z Z ? OCT.5
10 a c.,e W 1967
By: :o o�
Walter A.Crowell,Secretary �' a q</FOFt� a
� "',��i•'••SOW P .••'�a:
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
On February 1,2005,before me,Nita G.Hiffmeyer,personally appeared David H.Rhodes and Walter A.Crowell,personally known to me(or proved
to me on the basis of satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the
same in their authorized capacities,and that by their signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument.
WITNESS my hand and official seal. —
N1TA G.HIFFMEYER
pN COMM.#1543481
{ NOTARY PUBUC CALIFORNIA o
Signature_ �/ - 3: ORANGE COUNTY ro
jMy Comm.a#res Jan.10,2009
CERTIFICATE
The undersigned,as Executive Vice-President,of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF
CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked,and furthermore,that the provisions of
the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are/in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine,California,the Z day ofnVtw.b.t
By� .
David L.Kerrigan,Executive Vice-President
ID-1380(Rev.2/05)
,Cy CITY OF RENTON
FAIR PRACTICES POLICY
� 'Nry AFFIDAVIT OF COMPLIANCE
U Lhereby confirms and declares that
(Name of contractor/subcontractor/consultant)
I. It is the policy of ar `�L to offer equal
(Name of contractor/subcontractor/consultant)
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. complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
III. When applicable, � }(/1� �0►'(� �` {'- ����{�� �4e will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
y(dA
Print Agent/Representative's Name
Print Agent/Representative's Title
1000,
Agent/Representative's Signature
1 Date Signed
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\14_FAIR.DOC\
iCONTRACTS OTHER THAN FEDERAL-AID FHWA
1 THIS AGREEMENT, made and entered into this day of , 200 . by
and between THE CITY OF RENTON, Washington, a munici,pPal corporation of the State of
Washington, hereinafter referred to as "CITY" andrKe3tb,rLXy��?
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 20 working days from
date of commencement hereof as required by the Contract, of which this agreement is a
component part)perform all the work and services required to be performed, and provide and
furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the construction
and installation work in a workmanlike manner, in connection with the City's Project
(identified as No. SWP-27-2330 for improvement by construction and installation of:
Monroe Ave.NE Storm System Overflow Project
1 Work as described in"Scope of Work"dated August 2007 ,attached hereto.
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. The Contractor agrees to
use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
1 e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his
creditors,or if a receiver shall be appointed on account of the Contractor's insolvency,or if he
or any of his subcontractors should violate any of the provisions of this Contract, the City
may then serve written notice upon him and his surety of its intention to terminate the
Contract, and unless within ten (10) days after the serving of such notice, such violation or
non-compliance of any provision of the Contract shall cease and satisfactory arrangement for
the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day
period, cease and terminate in every respect. In the event of any such termination, the City
shall immediately serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract, provided, however, that if
1 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, 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
1 possession of and utilize in completing said Contract such materials, machinery, appliances,
equipment, plants and other properties belonging to the Contractor as may be on site of the
project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all
claims, actions, damages, liability of every type and nature including all costs and legal
expenses incurred by reason of any work arising under or in connection with the Contract to
be performed hereunder, including loss of life, personal injury and/or damage to property
arising from or out of any occurrence, omission or activity upon, on or about the premises
worked upon or in any way relating to this Contract. This hold harmless and indemnification
provision shall likewise apply for or on account of any patented or unpatented invention,
process, article or appliance manufactured for use in the performance of the Contract,
including its use by the City, unless otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory primary
basis. In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City
harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid
by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs,
expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its officers
or employees and provided further that if claims or suits are caused by or result from the
concurrent negligence of(a)the Contractor's agents or employees and(b)the City, its agents,
officers and employees, and involves those actions covered by RCW 4.24.115,this indemnity
provision with respect to claims or suits based upon such concurrent negligence shall be valid
and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2330 - Monroe Ave Overflow\l141 FINAL
Specs-2006\15b-Contras-New-6-13-07.doc
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
1 damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the contractor's
waiver of immunity under the Industrial Insurance Act,Title 51 RCW, solely for the purposes
of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this agreement.
j6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative of
' such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 20 working days from the date of commencement. For each and every
working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such
day,which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire
use of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The
Contractor shall be under the duty to remedy any defects in the work and pay for any damage
to other work resulting therefrom which shall appear within the period of one (1) year from
the date of final acceptance of the work, unless a longer period is specified. The City will
give notice of observed defects as heretofore specified with reasonable promptness after
discovery thereof, and Contractor shall be obligated to take immediate steps to correct and
remedy any such defect, fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of
quantities and costs, progress schedules, payrolls, reports, estimates, records and
miscellaneous data pertaining to the Contract as may be requested by the City from time to
time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of
the Contract, including the payment of all persons and firms performing labor on the
construction project under this Contract or furnishing materials in connection with this
Contract; said bond to be in the full amount of the Contract price as specified in Paragraph
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2330 - Monroe Ave Overflow\1141 FINAL
Specs-20061 15b-Contract-New-6-13-07.doc
i
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way. r/
12) The total amount of this contract is the sum of _1;2 ��T 0 U3
numbe
l�, l r s - m wk,6�
written words
plus Washington State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions"of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year
first above-written.
CONTRAC OR CITY OF RENTON
Pres'dent/Pa ner/Owner Mdyor �+
ATTEST
Secretary City Clerk
dba &9A&P,
Firm Name
check one
❑ Individual ❑ Partnership Y,,Corporation Incorporated in el
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:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2330 - Monroe Ave Overflow\1141 FINAL
Specs-2006\I lb-Contract-New-6-13-07.doc
ICornerstone Earth Work Inc.
1 Letter
Cornerstone Earth Work, Inc.
PO BOX 1269 License #
Buckley, WA 98321 CORNEEW957JE
Cornerstone Phone: (360)-825-4621 Bond #
Earth Work INC. YLI247368
CornerstoneEWld%aol.com
Cornerstone Earth Work, Inc.
Office: 360-825-4621
Fax: 360-825-4674
Email: CornerstoneeWL&aol.com
To Whom It May Concern:
The following persons are authorized to sign contracts for
Cornerstone Earth Work, Inc.:
Mark Rodarte �
President/Owner
Leonie Rodartedmz
Vice President/Owner
Roger Rodarte
Superintendent
Alison Sanchez
Office Manager
Thank you,
Mark Rodarte, PresidFt
CORNERSTONE EARTH WORK, INC. B
PO Box 1269 T
Buckley, WA 98321 Member
Better Business Bureau'
City of Renton
is Human Resources& Risk Management Department I
Insurance Infol;niation Form
FOR Monroe Ave.ti-E Storm Svstem OverttoZ :MjW
PROJECT NUMBER:SWP- 77-MO STAFF CONTACT;Allen Quynn
Certificate of Insurance indicates the c�overagesnimits specified in ❑ yes
❑ ND
- CO2]traCt? j,jty� �t/i� �,�# �'yW^►r°G�
Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 � Yes Q No
Occurrence Form or Equivalent?
(if no,attach a copy of the policy with required coverages clearly
identified)
CG 003 Amendatory Endorsement provided?* ❑ Yes X No
Coo ral Aggregate provided on a"per project basis(C{2503)?* Yes ❑ No
Additional Insured wording provided?* M Yes ❑ No
Coverage on a primary basis and non-contributing basis?* � Yes ❑ No
Waives of Subrogation Clause applies?" Yes No
Severability of interest Clause(Cross Liability)applies? Yes ❑ No.
Notice of Cancellation/Non-Renewal amended to 45 days!* �9 Yes L] No
*To be shown on cerrrfrcure of insurance°
AM 13EST'S RATMG FOR CARRIER
e1. -_- — Auto 44 Lmb A Nofessional _j A—
This Questionnaire is issued as a matter of information. This gnestiontraira is not an insurance policy and Ades
not amend,extend or alter the coverage-afforded by Lhe policies indicated on the attached CERTIFICATE OF
INSiTRANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or sj=ific
dcc:laration pages PROM awarded bidder prior to cxwjdon oftontract.
e-
!t/
Agenncy/Broker Completed By(Type orX
ame
Address Comp/!d"_1_Y
(S' a rc}
Name of pet n to contact Telcp_h!o£n`c Number
NOTE; THIS QGjES770t�''g4IRE MIDST BE C():HPI.TTED FOR TrtCN LNE OF, COYE)UGE .4ND
r1 TT.4CHED TO CERTIFICATE OF INSUFAVCR
9'd VoM ype3 9uo1sjeuao0 d97,:bo L0 Li deg
� INSURANCE INFORMATION
� and REQUIREMENTS
1
1
1
1
1
1
1
1
1
1
t
t
� PREVAILING MINIMUM
� HOURLY WAGE RATES
1
1
1
1
1
1
1
i
1
1
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 985044540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $36.24 1M 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $43.75 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $43.91 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D
CARPENTER $43.75 1M 5D
CREOSOTED MATERIAL $43.85 1M 5D
DRYWALL APPLICATOR $43.79 1 M 5D
FLOOR FINISHER $43.75 1M 5D
FLOOR LAYER $43.75 1M 5D
FLOOR SANDER $43.75 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D
PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D
SAWFILER $43.75 1M 5D
SHINGLER $43.75 1M 5D
STATIONARY POWER SAW OPERATOR $43.75 1 M 5D
STATIONARY WOODWORKING TOOLS $43.75 1 M 5D
CEMENT MASONS
JOURNEYLEVEL $43.10 1M 5D
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $44.59 1T 5D 8L
ASSISTANT MATE(DECKHAND) $44.08 1T 5D 8L
BOATMEN $44.59 1T 5D 8L
ENGINEER WELDER $44.64 1T 5D 8L
LEVERMAN, HYDRAULIC $46.21 1T 5D 8L
MAINTENANCE $44.08 1T 5D 8L
MATES $44.59 1T 5D 8L
OILER $44.21 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $43.59 1 E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
Page 1
1
1
KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS-INSIDE
CABLE SPLICER $55.05 1 D 5A
CABLE SPLICER(TUNNEL) $58.86 1D 5A
CERTIFIED WELDER $53.16 1 D 5A
CERTIFIED WELDER(TUNNEL) $57.15 1D 5A
CONSTRUCTION STOCK PERSON $27.32 1 D 5A
JOURNEY LEVEL $51.25 1 D 5A
JOURNEY LEVEL(TUNNEL) $55.05 1 D 5A
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $54.38 4A 5A
CERTIFIED LINE WELDER $49.64 4A 5A
GROUNDPERSON $35.93 4A 5A
HEAD GROUNDPERSON $37.89 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A
JACKHAMMER OPERATOR $37.89 4A 5A
JOURNEY LEVEL LINEPERSON $49.64 4A 5A
LINE EQUIPMENT OPERATOR $42.27 4A 5A
POLE SPRAYER $49.64 4A 5A
POWDERPERSON $37.89 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $57.88 4A 6Q
MECHANIC IN CHARGE $63.45 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $12.70 2K 5B
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $31.01 1 M 5D
GLAZIERS
JOURNEY LEVEL $43.76 1 H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.13 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $36.75 1 M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.10 1
INLAND BOATMEN
CAPTAIN $38.04 1K 5B
COOK $31.90 1K 5B
DECKHAND $31.59 1K 5B
ENGINEER/DECKHAND $34.37 1K 5B
MATE,LAUNCH OPERATOR $36.02 1K 5B
Page 2
i
1
� ENVIRONMENTAL
� REGULATION LISTING
1
1
1
1
1
1
1
1
1
1
H
Z
W
G
Z
W
a
0
0
3
- - - - - - - - - - - - - - - - - - -
z
O
_
O
19
a
a
v
W
no
/ City of Renton
■ SPECIAL PROVISIONS
SPECIAL PROVISIONS ............................................................................. 9
1-01 DEFINITIONS AND TERMS............................................................ 9
1-01.1 General...............................................................................................9
1-01.3 Definitions......................................................................................... 9
1-02...BID PROCEDURES AND CONDITIONS................................... 11
1-02.6 Preparation of Proposal................................................................ 11
1-02.6(1) Proprietary Information .......................................................... 11
1-02.12 Public Opening of Proposals....................................................... 11
1-03 AWARD AND EXECUTION OF CONTRACT ............................ 11
1-03.1 Consideration of bids .................................................................... 11
1-03.2 Award of Contract......................................................................... 11
' 1-03.3 Execution of Contract................................................................... 12
1-04 SCOPE OF WORK .......................................................................... 12
1-04.2 Coordination of Contract Documents... ..................................... 12
I1-04.3 Contractor-Discovered Discrepancies ......................................... 12
1-04.4 Changes........................................................................................... 13
1-04.8 Progress Estimates and Payments................................................ 13
1-04.11 Final Cleanup............................................................................... 13
1-05 CONTROL OF WORK.................................................................... 13
1-05.4 Conformity With and Deviation from Plans and Stakes ........... 13
1-05.4(3) Contractor Supplied Surveying............................................... 14
1-05.4(4) Contractor Provided As-Built Information............................ 15
1-05.7 Removal of Defective and Unauthorized Work.......................... 15
1-05.11(3) Operational Testing................................................................. 17
1-05.14 Cooperation with Other Contractors........................................ 17
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc1
0 0
1-05.18 Contractor's Daily Diary ,
1-06 CONTROL OF MATERIAL........................................................... 19
1-06.1 Approval of Materials Prior to Use.............................................. 19
1-06.2(1) Samples and Tests for Acceptance........................................... 19
1-06.2(2) Statistical Evaluation of Materials for Acceptance................ 19
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC........................................................................................................ 19
1-07.1 Laws to be Observed ..................................................................... 19
1-07.6 Permits and Licenses..................................................................... 19
1-07.9(5) Required Documents ................................................................20
1-07.11(11) City of Renton Affidavit of Compliance..............................20
1-07.12 Federal Agency Inspection..........................................................20
1-07.13(1) General.....................................................................................20
1-07.16(1) Private/Public Property..........................................................21 '
1-07.17 Utilities and Similar Facilities ....................................................22
1-07.17(1) Interruption of Services..........................................................23
1-07.18 Public Liability and Property Damage Insurance ...................23
1-07.22 Use of Explosives..........................................................................26
1-07.23(1) Construction Under Traffic ...................................................26
1-08 PROSECUTION AND PROGRESS...............................................28
1-08.0 Preliminary Matters......................................................................28
1-08.0(1) Preconstruction Conference.....................................................28
1-08.1 Subcontracting...............................................................................29
1-08.2 Assignment .....................................................................................30
1-08.3 Progress Schedule..........................................................................30 j
1-08.5 Time For Completion ....................................................................31
1-08.6 Suspension of Work.......................................................................32
1-08.9 Liquidated Damages......................................................................32
1-08.11 Contractor's Plant and Equipment............................................33
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc2
1
1-08.12 Attention to Work........................................................................33
1-09 MEASUREMENT AND PAYMENT..............................................33
1-09.1 Measurement of Quantities ..........................................................33
1-09.3 Scope of Payment...........................................................................34
1-09.7 Mobilization ...................................................................................35
1-09.9 Payments......................................................................................... 35
1-09.9(1) Retainage ...................................................................................35
1-09.11(2) Claims.......................................................................................37
1-09.13(3)B Procedures to Pursue Arbitration.......................................38
1-09.14 Payment Schedule (New Section)...............................................38
1-10 TEMPORARY TRAFFIC CONTROL.......................................... 40
1-10.1 General ........................................................................................... 40
1-10.2(1)B Traffic Control Supervisor.................................................... 41
1-10.2(2) Traffic Control Plans................................................................ 41
1-10.3(3) Construction Signs.................................................................... 41
1-10.4 Measurement.................................................................................. 41
1-10.5 Payment.......................................................................................... 41
1-11 RENTON SURVEYING STANDARDS ......................................... 42
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP........... 47
2-01.1 Description ..................................................................................... 47
2-01.2 Disposal of Usable Material and Debris...................................... 47
2-01.5 Payment.......................................................................................... 47
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............. 47
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs........................ 47
2-02.4 Measurement.................................................................................. 48
2-02.5 Payment.......................................................................................... 48
2-03 ROADWAY EXCAVATION AND EMBANKMENT.................... 48
2-03.3 Construction Requirements.......................................................... 48
2-03.4 Measurement.................................................................................. 49
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
IOverflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc3
2-03.5 Payment.......................................................................................... 49
2-04 HAUL................................................................................................. 50
2-04.5 Payment.......................................................................................... 50
2-06 SUBGRADE PREPARATION........................................................50
2-06.5 Measurement and Payment.........................................................50
2-09 STRUCTURE EXCAVATION ........................................................ 50
2-09.1 Description ..................................................................................... 50
2-09.3(1)D Disposal of Excavated Material............................................ 50
2-09.4 Measurement.................................................................................. 50
2-09.5 Payment.......................................................................................... 51 ,
5-04 ASPHALT CONCRETE PAVEMENT........................................... 52
.5-06 TRENCH RESTORATION AND OVERLAY............................... 54
7-01 DRAINS.............................................................................................58
7-01.2 Materials......................................................................................... 58 '
7-01.3 Construction Requirements.......................................................... 58
7-01.4 Measurement.................................................................................. 58
7-02 CULVERTS....................................................................................... 58 ,
7-02.2 Materials......................................................................................... 58
7-04 STORM SEWERS............................................................................ 58
7-04.2 Materials......................................................................................... 58
7-04.4 Measurement.................................................................................. 59 ,
7-04.5 Payment.......................................................................................... 59
�7-05 MANHOLES, INLETS,AND CATCH BASINS........................... 59
7-05.3(1) Adjusting Manholes and Catch Basins to Grade................... 59
7-05.3(2) Abandon Existing Manholes.................................................... 60
7-05.3(3) Connections to Existing Manholes.......................................... 61
7-05.4 Measurement.................................................................................. 61
7-05.5 Payment.......................................................................................... 62
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS............. 62
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc4
i
' 7-08.3(1)C Bedding the Pipe ....................................................................62
7-08.3(2)A Survey Line and Grade..........................................................62
7-08.3(2)B Pipe Laying— General ...........................................................62
7-08.3(2)E Rubber Gasketed Joints ........................................................ 63
7-08.3(2)H Sewer Line Connections........................................................ 63
7-08.3(2)J Placing PVC Pipe....................................................................63
7-08.4 Measurement.................................................................................. 63
7-08.5 Payment..........................................................................................64
7-09 PIPE AND FITTINGS FOR WATER MAINS..............................64
7-09.3(15)A Ductile Iron Pipe................................................................... 64
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ........ 64
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene... 64
7-09.3(19)A Connections to Existing Mains............................................ 65
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block................ 65
7-09.3(23) Hydrostatic Pressure Test....................................................... 65
7-09.3(24)A Flushing and ......................................................................... 66
7-09.3(24)D Dry Calcium Hypochlorite.................................................. 67
7-09.3(24)K Retention Period .................................................................. 67
7-09.3(24)N Final Flushing and Testing.................................................. 67
7-09.3(25) Joint Restraint Systems.......................................................... 67
7-09.4 Measurement.................................................................................. 69
7-09.5 Payment.......................................................................................... 69
7-12 VALVES FOR WATER MAINS...................................................... 70
7-12.3(1) Installation of Valve Marker Post............................................ 70
7-12.3(2) Adjust Existing Valve Box to Grade........................................ 70
7-12.4 Measurement.................................................................................. 70
7-12.5 Payment.......................................................................................... 70
1 7-14 HYDRANTS...................................................................................... 71
7-14.3(1) Setting Hydrants ....................................................................... 71
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc5
7-14.3(3) Resetting Existing Hydrants.................................................... 72 t
7-14.3(4) Moving Existing Hydrants....................................................... 72 ,
7-14.5 Payment..........................................................................................72
7-15 SERVICE CONECTIONS............................................................... 72
7-15.3 Construction Details......................................................................72 ,
7-15.5 Payment..........................................................................................73
7-17 SANITARY SEWERS...................................................................... 73
7-17.2 Materials......................................................................................... 73 '
7-17.3(1) Protection of Existing Sewerage Facilities.............................. 73
7-17.3(2)H Television Inspection..............................................................73 '
7-17.4 Measurement..................................................................................74
7-17.5 Payment....................................................................................... 74
8-09 RAISED PAVEMENT MARKERS ................................................ 75
8-09.5 Payment.....................o.................................................................... 75 ,
8-13 MONUMENT CASES...................................................................... 75
8-13.1 Description ..................................................................................... 75
8-13.3 Construction Requirements..........................................................75
8-13.4 Measurement................................................................................. 75
8-13.5 Payment.........................................................................................75
8-14 CEMENT CONCRETE SIDEWALKS..........................................76
8-14.3(4) Curing ........................................................................................76 ,
8-14.4 Measurement..................................................................................76
8-14.5 Payment.......................................................................................... 76
8-17 IMPACT ATTENUATOR SYSTEMS............................................ 76
8-17.5 Payment.......................................................................................... 76
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND
ELECTRICAL............................................................................................ 77
8-20.2(1) Equipment List and Drawings................................................. 77
8-22 PAVEMENT MARKING................................................................. 77
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc6
' 8-22.1 Description ..................................................................................... 77
8-22.3(5) Installation Instructions...........................................................78
1 8-22.5 Payment..........................................................................................78
8-23 TEMPORARY PAVEMENT MARKINGS....................................78
8-23.5 Payment..........................................................................................78
8-24.3(1) Rock Wall................................................................................... 78
9-03.8(2) HMA Test Requirements...........................................................80
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS..80
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ...................................... 80
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)........................80
9-05.7(2)A Basis for Acceptance (RC)..................................................... 81
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).................................81
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ................... 81
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) .....................................81
9-05.12(3) CPEP Sewer Pipe .................................................................... 82
9-05.14 ABS Composite Sewer Pipe ........................................................82
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe...................................82
9-08 PAINTS..............................................................................................88
9-08.8 Manhole Coating System Products.............................................. 88
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES......90
9-23.9 Fly Ash (RC)...................................................................................90
9-30 WATER DISTRIBUTION MATERIALS...................................... 91
i9-30.3(1) Gate Valves (3inches to 12 inches)........................................... 91
9-30.3(3) Butterfly Valves......................................................................... 91
9-30.3(5) Valve Marker Posts................................................................... 92
1 9-30.3(7) Combination Air Release/Air Vacuum Valves........................ 92
9-30.3(8) Tapping Sleeve and Valve Assembly........................................92
9-30.3(9) Blow-Off Assembly ...................................................................92
9-30.5 Hydrants.........................................................................................92
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc7
9-30.5(1) End Connections (RC)..............................................................92
9-30.5(2) Hydrant Dimensions.................................................................92
9-30.6 3 B Polyethylene Pie 93
9-30.6(4) Service Fittings..........................................................................93
9-30.6(5) Meter Setters .............................................................................93
i
1
1
1
I
i
I
I
i
1
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc8
Monroe Ave NE Storm System Overflow Project Project SWP-27-2330
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
I 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.
I 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.
' Work and material not specifically listed in the proposal but required in the plans,
specifications, and general construction practice, shall be considered incidental to the
construction of the project and the Contractor shall include the cost within the unit bid
prices. No separate payment will be made for these incidental items.
1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid items which will determine the low bidder for this
' project. Measurement and Payment, where described in a bid item, shall supercede
Measurement and Payment listed in other sections of the Special Provisions and Standard
Specifications.
Bid Item 1: Mobilization (Lump Sum)
' Mobilization includes the complete cost of furnishing and installing, complete and in-place
all work and materials necessary to move equipment and personnel to the job site,
establish access from paved road to project outfall, provide and maintain all necessary
support facilities and utilities, obtain all necessary permits and licenses, prepare the site for
construction operations, and maintain the site and surrounding areas during construction.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
' of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and commercial and residential access. Equipment and material
shall not be stored on private property, outside the existing easements.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
1 2006\20c-NEW-Bid Section 1-09-14.doc Page I
For any proposed storage on private property outside the easement area the Contractor ,
shall obtain a Temporary Use Permit for storage areas on private property. The Contractor
shall be responsible for all fees, applications, and work needed to obtain the permit. The
Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City.
Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 6:00
p.m. unless otherwise approved in advance by the City.
Machinery shall not be started before 7:00 a.m.
Work on weekends will not be allowed, except as approved in writing by the Engineer.
Access to the bottom of the pit will be from the gate on the west side of the pit, and paved ,
road which goes to the bottom of the pit. To provide clear access from the paved road to
the project outfall, Contractor may need to clear vegetation and provide for a stable road
surface in areas of standing water and saturated soil. Quarry spalls used for access road
will be paid under Bid Item #15. Any proposed access road must be reviewed and
approved by the City. The Contractor will coordinate unlocking the pit gate with the City
and private owner.
The Contractor shall prepare a Work Plan which shall include the following:
A. Proposed Construction Sequence and Schedule for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment
and materials.
C. Erosion Control Plan for all stages of the project. '
D. Traffic Control Plan, including provisions for cleaning and sweeping of any
impacted roadways.
Fr Trench Excavation Safety Systems plan/provisions. ,
G. Storm system bypass/pumping during construction. '
The Contractor shall submit a plan identifying how flow from the existing storm
system will be handled during construction. The storm system drains
approximately 170 acres. The calculates peak flows are: 2-year 34 cfs, 10-year ,
41 cfs, 25-year 46 cfs.
The Work Plan shall be submitted to the City for review, revision, and approval within 14
days of the contract award. t
Any dewatering that may be needed for construction is considered incidental. ,
No additional payment will be made for any dewatering needed.
Final cleanup, dressing, and trimming the project area after construction, and removing all
personnel and equipment off the site shall be included in this bid item, or in the Restoration ,
bid item if one is included for the project.
Payment for Mobilization will be made at the lump sum amount bid, which payment will be '
considered complete compensation for all materials, equipment, and labor required to
complete this item of work in accordance with the Contract Documents. Seventy (70)
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 2 ,
percent of this item will be paid after the Contractor is fully in operation and construction
has begun. The remaining 30% will paid in the Final Pay Estimate when the project is
completed, cleanup and restoration is complete, and all items are to the satisfaction of the
Owner.
Bid Item 2: Construction Surveying, Staking, and As-built (Lump Sum)
Surveying shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying
Standards in Special Provisions Section 1-11. The as-built survey shall be per Special
Provisions Section 1-05.4(4). The surveyor shall provide the City with a set of redline
drawings with the as-built locations and elevations of all new utilities and construction work.
All work shall be located per the City of Renton Survey Control Network. Coordinates shall
be given for the new and existing storm system structures.
Measurement for construction surveying, staking and as-built information will be based on
the percentage of work complete at the time of measurement.
Payment for construction surveying, staking and as-built information will be made at the
measured percentage amount for the pay period times the unit bid price. Payment will be
complete compensation for all labor, materials, equipment, travel, surveying needed to
construct the improvements to the line and grade as shown on the plans, to provide the
required construction and as-constructed field (as-built information) notes and drawings,
etc. required to complete this item of work in conformance with the Contract Documents.
No more than 50% of the bid amount for this item shall be paid prior to the review and
acceptance of the as-built information by the Engineer.
Bid Item 3: Traffic Control (Lump Sum)
The Contractor shall prepare a Traffic Control Plan for review and approval by the City.
The plan shall address the proposed working area, signage, flaggers, contractor access to
the working area, truck and equipment haul routes, and public access during construction.
The Plan shall address any proposed lane and sidewalk closures needed for construction
activities.
Truck hauling on arterial streets shall be limited to the hours of 8:30 am to 3:30 PM.
NE 4th St is a principle arterial street.
Allowable work hours are given in Special Provisions Section 1-08, and as may be noted in
the plans and specifications. Actual work hours will be approved in the Traffic Control Plan.
The City may revise the work hours and Traffic Control Plan to address traffic problems or
complaints. All adjustments to the work hours, the Traffic Control Plan, and signage are
1 considered incidental and no additional payment will be made for adjustments.
The Contractor is responsible for controlling mud and dust on any route used by trucks or
equipment, as noted in Special Provisions Section 1-07.23. The Contractor shall be
' prepared to use sweeping, power sweepers, watering trucks, and other means necessary
to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately.
H:\File Sys\SWP-Surface Water Projects\SWP-21-Surface Water Projects(CIP,\11-2330-Monroe Ave Overflow\1141 FINAL Specs-
1 2006\20c-NEW-Bid Section 1-09-14.doc Page 3
Cleaning the road is considered incidental and no additional payment will be made for this
work.
Payment will be prorated over the construction period. ,
Payment for traffic control for work will be made at the measured percentage amount for
the pay period times the unit bid price, said payment will be complete compensation for all
labor, materials, equipment, preparing and conforming to the approved Traffic Control
Plan, provide for public convenience and safety, detours, flagging, barricades, sequential
arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to '
complete this item of work in conformance with the Contract Documents and the Manual on
Uniform Traffic Control Devices (MUTCD).
Bid Item 4: Erosion Control (Lump Sum)
Erosion Control includes planning, installing, maintaining, and removing temporary erosion
control measures needed for project construction. Erosion control consists of all activities
needed to prevent soil erosion on the project site, creation of sediment laden water, and
migration of sediment laden water into the City drainage system, other water courses, or '
private property.
For this type of project typical Erosion Control measures include catch basin protection,
cleaning catch basins, and filter fabric fencing, at a minimum.
Other erosion control measures may be necessary depending on weather and site
conditions, including but not limited to filter fabric protection for catch basins, catch basin '
inserts, filter fabric fences, hay bales, placement of plastic sheets over exposed soil and
stockpiles, mulching, netting, etc., and any other activities needed to control erosion from
the project.
The Contractor shall develop a "red lined" erosion control plan and submit it to the City for
review and approval. The plan shall be based on the King County Surface Water Design
Manual, as adopted by the City of Renton, and proper construction practices. After the
erosion control system is installed the Contractor shall make any field adjustments
necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All
adjustments are considered incidental and no additional payment will be made for
adjustments.
Payment will be prorated over the construction period.
Payment for Erosion Control will be made at the unit bid price, which payment will be
considered complete compensation for all design, labor, equipment and materials required ,
to complete this item of work in accordance with the Contract Documents.
Bid Item 5: Trench Excavation Safety Systems (Lump Sum) '
The Contractor is responsible for providing adequate shoring and support for all
excavations to provide safe access for workers, prevent soil sluffing, soil loss, damage to '
pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 4 ,
' Excavation Safety System shall comply with WAC 296-155 Part N, Standard Specifications
Section 2-09.3(3), and all other applicable State and Federal regulations.
' The Contractor shall submit a Shoring Plan to the City showing how shoring will be
accomplished and detailing the techniques and equipment that will be used. Shoring shall
be capable of supporting all earth loads and traffic loads. This bid item shall apply to all
excavations needed for the project.
Measurement for trench excavation safety systems will be based on the percentage of new
storm sewer pipelines installed divided by the total length of new storm sewer pipe shown
to be installed.
Payment for trench excavation safety systems will be made at the measured percentage
amount for the pay period times the unit bid price, said payment will be complete
compensation for all equipment, labor, materials, hauling, planning, design, engineering,
submittals, furnishing and constructing and removal and disposal of such temporary
sheeting, shoring, and bracing complete as required under the provisions of any permits
and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this
item of work in conformance with the Contract Documents.
iBid Item : Pothole Utility Each 6 v (Each)
This item includes all work needed to pothole existing utilities as required on the plans, and
as directed by the Engineer. Any other potholing not shown on the plans or directed by the
Engineer shall be at the Contractors cost.
Potholing includes excavation, identification, measurement, refilling the hole, and
temporary patch. The Contractor shall identify the utility, pipe type and size, and provide
accurate measurements from the ground surface to the top of the utility in writing to the
Engineer per Special Provisions Section 1-07.17.
If the native material is unsuitable to use to refill the pothole, imported backfill may be used.
Imported backfill will be paid under a separate bid item.
Permanent patch will be paid under a separate bid item.
Prior to beginning construction of the new underground utility, the Contractor shall pothole
the existing underground utilities at the locations shown on the plans, and any additional
locations identified by the Engineer. The Contractor shall perform potholing a minimum of
five working days prior to construction at the pothole location to allow for potential
revisions. The Engineer may revise the design as needed if there is a conflict with existing
utilities.
1 The Contractor shall not have cause for claim of down-time or any other additional costs
associated with "waiting" if the Engineer provides design revisions (related to the
information supplied per this section) within five working days after the contractor provides
the surveyed elevations.
Measurement for Pothole Utility shall be per each.
Payment for Pothole Utility shall be made at the unit contract price, which shall be complete
' compensation for all labor, tools, equipment, and materials required to complete the work
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 5
in conformance with the contract Documents including but not limited to pavement and '
concrete cutting, excavation, dewatering, potholing for utility location, removal, hauling and
disposal of all pavement, waste and excess materials, shoring, placement of backfill
(native) material, compaction, water, grading, temporary patch, and cleaning. ,
Bid Item 7: Catch Basin Type II, 72-inch (Each)
Manholes and Catch Basins shall conform to Sections 7-05 and 9-12 of the Special
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans. ,
Catch Basin Type I I shall be per WSDOT Standard Plan B-1 e.
Contractor shall confirm the size and type of existing storm pipe by inspection at the
existing catch basin at sta.6+49. The new catch basin will be manufactured to saddle the
existing pipe. After the new CB is installed the existing storm pipe inside the CB can be
removed, and the edges sealed to the new CB. The Contractor may propose an alternate '
installation method for review and approval by the City.
Measurement for furnishing and installing Catch Basin Type II will be per each for each ,
type catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing Catch Basin Type II will be made at the unit bid price
per each, which payment will be complete compensation for all labor, equipment, materials
hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering,
potholing for utility location, excavation, removal and disposal of waste material including
existing pipes and structures in the excavation, foundation material, concrete base, precast
concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment
of frames to grade, appurtenances, connections to new and existing pipes, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
patching, and testing, etc. required to complete all catch basins in conformance with the
Contract Documents. Imported Backfill materials are included in other bid items.
Bid Item 8: Connect New Catch Basin to Existing Pipe (Each) '
This item includes all work needed to connect new catch basins to existing storm pipes as
shown on the plans, or where required and approved of by the Engineer. This item applies
only to connecting existing pipes 36-inches in diameter or larger.
This item included all equipment, materials, and labor needed to remove the existing storm ,
pipe from inside the new CB, and fit and seal the storm pipe to the new CB.
Measurement for Connect New Catch Basin to Existing Pipe will be per each for connection ,
made in conformance with the Contract Documents.
Payment for Connect New Catch Basin to Existing Pipe will be made at the unit price bid '
per each, which payment will be complete compensation for all labor, equipment,
excavation around and protection of existing facilities, potholing for utility location, core
drilling, rechanneling existing manholes (catch basins), removal and disposal of waste '
material including existing pipes and structures in the excavation„ materials hauling,
adjustment of frames to grade, relocate ladder and rungs (if necessary), connections,
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 6
placement of subsequent backfill (native) materials, compaction, water, cleaning and
testing, etc. required to complete all the connections in conformance with the Contract
' Documents.
Bid Item 9: 24-inch Dia. HDPE Storm Pipe (Linear Foot)
The 24-inch diameter HDPE (high density polyethylene ) pipe shall be HDPE, DR 17,
Series 4100 IPS, black UV stabilized, as manufactured by Performance Pipe, or approved
equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict
conformance with the pipe manufacturers specifications and recommendations, and
Special Provisions Section 9-05.21 High Density Polyethylene Pipe.
All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and
procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures
and specifications. Personnel fusing the pipe shall have shall have a certificate of training,
issued with in the last 3 years, in the manufacturers fusing procedures on the equipment
that will be used, and shall have within current experience with pipe fusing of similar pipe
types and sizes within the last year.
The Contractor shall verify field fusion quality by making and testing a trial fusion at the
start of the fusing process and bent strap testing it per ASTM D 2657. The City may
I require the Contractor to randomly cut out completed joints when the pipe is being fused,
and perform bent strap testing.
The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe
fusing and installation.
If the Contractor proposes a different pipe manufacturer, he shall submit a material
specification sheet and shall show that the proposed pipe specifications and quality is
equal in all respects to the original pipe specifications. The unit bid price for the pipe shall
not be changed if the Engineer does not approve a different pipe manufacturer.
Pipe bedding shall be Gravel Backfill For Pipe Zone Bedding per Standard Specifications
Section 9-03.12(3), or as shown on the plans. Pipe bedding shall be placed from a
minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted
to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment to furnish
and install bedding material shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
1 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.
RIFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP,121-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 7
Import Trench Backfill shall be used only if native material is found to be unsuitable for use '
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
This item includes providing and installing ethafoam pads between the new storm pipe and '
existing sewer main, and installing ethafoam pads at any other location where needed as
determined by the Engineer. ,
Measurement of 24-inch Dia. HDPE Storm Pipe shall be per linear foot will be based on
lineal footage measured horizontally over the centerline of the installed pipe. ,
Payment for furnishing and installing 24-inch Dia. HDPE Storm Pipe shall be at the unit bid
price per linear foot which shall be complete compensation shall be for all labor, materials,
tools and equipment necessary to complete the installation, including all pavement removal
and disposal; storm sewer trench excavation; dewatering (when required); furnishing and
installing storm sewer pipe and fittings; pipe bedding; backfill with native material; '
compaction; connection to new or existing storm sewers and structures, all appurtenances
(such as special fittings, bends, connections, catch basin connectors, etc.), adjusting
inverts; haul and disposal of excess trench material including unsuitable material; cleaning
and testing; and temporary patching asphalt to allow for the passage of traffic. '
Bid Item 10: HDPE Pipe Fittings (Lump Sum)
This item included the complete costs to furnish and install all fittings needed for the HDPE
pipes including fittings, elbows, flanges, flange adapters, back-up rings, bolts, nuts,
washers, and all other materials needed for construction as shown on the Detail Drawings ,
and as may be needed for assembly of the pipe, fittings, and details.
The Contractor shall verify that all fitting sizes and dimensions will work prior to purchase
and assembly.
All HDPE fittings shall be minimum DR 17, Series 4100 IPS, black UV stabilized, as
manufactured by Performance Pipe, or approved equal. All HDPE pipe and fittings shall be
cut, fabricated, and installed in strict conformance with the pipe manufacturers
specifications and recommendations, and Special Provisions Section 9-05.21 High Density
Polyethylene Pipe.
All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and
procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures
and specifications. Personnel fusing the pipe shall have shall have a certificate of training,
issued with in the last 3 years, in the manufacturers fusing procedures on the equipment
that will be used, and shall have within current experience with pipe fusing of the same pipe
type and size within the last year.
Measurement for HDPE Pipe Fittings will be prorated for the amount of work accomplished
at time of payment, as determined by the Engineer.
Payment for HDPE Pipe Fittings shall be made at the unit bid price, which payment will be
considered complete compensation for all labor, equipment and materials required to ,
complete this item of work in accordance with the Contract Documents.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 8
i
Bid Item 11. Pipe Anchor Assembly (Each)
This item included the complete costs to furnish and install the Pipe Anchor Assembly as
shown on the Detail Drawings. This item includes all materials, fittings, fabrication, and
labor needed to assemble and install each anchor assembly.
' Pipe Anchor Assembly includes of Grinnell Type 212 pipe clamps, or approved equal,
manufactured of carbon steel with galvanized finish, 1/4—inch thick ASTM A36 steel plates,
and six-foot long pin piles as shown on the detail, and as needed to complete the
assembly.
The Contractor shall submit cut sheets, details, and shop drawings confirming assembly
material, dimensions, and fit for review and approval.
Measurement for Pipe Anchor Assembly will be made for each.
Payment for Pipe Anchor Assembly shall be made at the unit bid price, which payment will
be considered complete compensation for all labor, equipment and materials required to
complete this item of work in accordance with the Contract Documents.
' Bid
Item 12: Concrete Anchor Block (Lump Sum)
This item includes all work and materials needed for concrete deadmen, anchor blocks
vertical blocks, thrust blocks, other types of concrete blocks, and all associated fittings and
materials needed for complete blocks and fittings as shown on the Plans and required for
the work.
Concrete shall be 3000 psi minimum, or as specified in the plans, and shall meet the
requirements of the applicable portions of the Special Provisions and Standard
Specifications Sections 6-02 and 7-09.3(21). The contractor shall provide a copy of
certified truck tickets, which will accompany each load of concrete used.
The work includes, but is not limited to, the following:
• Trench excavation, dewatering (if needed), shoring, temporary steel plates,
• Removal, hauling, and disposal of all pavement, curbs, gutters, sidewalks, and any
surplus and unsuitable excavated material,
• Furnishing and placing concrete for deadman and blocks,
• Deadman anchor bolts, reinforcing steel, shackle rods, clamp assembly, anchor bolts,
necessary form work, and all incidentals,
• Furnishing, placing, and compacting bedding and backfill,
• Replacing, protecting, and/or maintaining existing utilities.
' Suitable excavated soil shall be used for backfill if it is a clean granular material meeting
the general requirements for select borrow material, and is capable of being compacted to
95 percent compaction when placed. If existing soils are not suitable for backfill other
suitable soils from the project excavation may be used. Use of existing soils is included in
the bid price.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 9
If suitable soils are not available Bank Run Gravel may be used after approval by the City. ,
Payment for Bank Run Gravel shall be under that bid item.
Payment for Sawcutting shall be under that bid item. ,
The quantity used for this item may vary from the bid estimate. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent. '
Measurement for "Concrete Deadman Anchor Blocks" shall be prorated for the amount of
work accomplished at the time of payment, as determined by the Engineer.
Payment for "Concrete Deadman Anchor Blocks" shall be complete compensation for all
labor, materials, equipment, excavation, hauling, and disposal of excess and unsuitable
material required to complete the work as shown on the Plans and specified in the contract
documents and City Code.
Bid Item 13 Rock Apron, Heavy Rip-Rap (Ton)
Rock Apron, Heavy Rip Rap shall be only broken stone, sound and resistant to weathering, '
per Standard Specifications Section 9-13. Broken concrete shall not be used.
The Contractor shall sort and place the heavy rip-rap so the larger stones are placed in line
with the pipe outfall to absorb the energy from the pipe discharge. Smaller stone may be
placed above the larger stone, and along the outer edges of the rock apron.
This item includes excavation to form the rock apron below the outfall. Excavated soil
material shall be hauled away from the apron and may placed at the site.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and placing Rock Apron, Heavy Rip-Rap will be based on
actual tonnage weight as determined by measurement from a certified scale.
Payment for Quarry Spalls Rock Apron, Heavy Rip-Rap will be made at the unit bid price,
which payment will be complete compensation for all, labor, materials, equipment,
excavation, foundation materials, haul, placement, water, compaction, removal and
disposal of waste material, etc. required to complete this item of work in conformance with
the Contract Documents.
Bid Item 14: SawCutting (Linear Foot)
This item included the complete costs for SawCutting for the project including cuts for pipe
installation, curb and gutter, final patch, and overlay. The City will allow one sawcut for '
pipe installation, and second sawcut for the final patch or overlay edge (if needed). Any
additional sawcutting is incidental.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 10
Measurement of "Sawcutting" shall be per linear foot of surface cut.
Payment for furnishing and installing Sawcutting will be made at the unit bid price, which
shall be full compensation for all materials, labor, tools, and equipment necessary to saw
cut the existing asphalt concrete and cement concrete surfaces regardless of the depth
encountered or the material to be sawcut, and including flushing of sawcuts with high
pressure water as well as pollution control. No wastewater shall be released into the storm
sewer system, drainage ditches, or onto private property.
Bid Item 15: Quarry Spalls (Ton)
Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken
I concrete shall not be used. Quarry Spalls shall be 2" to 4" Quarry Spalls per Standard
Spec. Section 9-13.6, or as shown on the plans. This item will be used for Quarry Spalls
called out for use in the plans, or as directed by the Engineer.
This item will also be used when the bottom of excavations and trenches does not present
a stable surface for placement and compaction of backfill or pipe bedding, and over
excavation is approved by the Engineer. Unsuitable excavated material will be disposed of
offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to
remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid
price.
This item may be used to provide a stable access road to project outfall in areas of wet and
saturated soils.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and placing quarry spalls will be based on actual tonnage
weight as determined by measurement from a certified scale.
iPayment for Quarry Spalls will be made at the unit bid price, which payment will be
complete compensation for all, labor, materials, equipment, excavation, foundation
materials, haul, placement, water, compaction, removal and disposal of waste material, etc.
required to complete this item of work in conformance with the Contract Documents.
Bid Item 16: Import Trench Backfill (Ton)
Import Trench Backfill shall be Bank Run Gravel per Standard Spec. Section 9-03.19, or as
shown on the plans.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for Import Trench Backfill, shall be in Tons based on the weight of material
installed into the work. Certified weight tickets shall accompany each load, a copy of
tickets shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans will
H:\File Sys\SWP-Surface Water Projec1s\SWP-21-Surface Water Projects(CIP,121-2330-Monroe Ave Overflow\1141 FINAL Specs-
, 2006\20c-NEW-Bid Section 1-09-14.doc Page 11
be deducted from the certified tickets unless approved by the Engineer. Additionally, no '
payment shall be made for necessary compaction to correct backfilled areas, which are not
compacted in accordance with these specifications
Payment for select imported backfill will be made at the unit bid price, which payment will
be complete compensation for all labor, materials, equipment, hauling, placement, water,
compaction, removal and disposal of waste materials including existing pipes and
structures in the excavation, etc. required to complete this item of work in conformance
with the Contract Documents.
Bid Item 17: Crushed Surfacing (Ton)
This item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing '
shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and installing Crushed Surfacing will be based on actual '
tonnage weight as determined by measurement from a certified scale. Certified weight
tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily.
Payment for Crushed Surfacing shall be per the unit bid price which shall be complete
compensation for all materials, labor, tools, and equipment necessary for the fulfillment of
all requirements of Standard Specification Section 9-03.9(3) in the execution of the work
shown in the Plans or as required by the Engineer. Any water added to the aggregate at ,
the plant or in the field for placement and compaction shall be considered incidental to this
item.
Bid Item 18: Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 (Ton) '
This item includes all Hot Mix Asphalt (HMA) used for temporary patches, asphalt
pavement, and overlays. All applications of HMA shall be per Special Provisions and
Standard Specifications Section 5-04.
This item includes all Asphalt Treated Base (ATB). ATB shall meet the requirements of ,
Special Provisions and Standard Specification Sections 4-06 and 5-04. Any water added to
the aggregate at the plant or in the field for placement and compaction shall be considered
incidental to this item.
The Contractor shall place the permanent trench patch per "Typical patch for Flexible
Pavement" (City of Renton Detail H 032A) within 15 calendar days after first opening the
trench. The Contractor shall plan the work to place permanent trench patches throughout
project construction as the 15-day period for each section of trench approaches. Any delay
of the permanent patch placement is subject to the Owner's approval.
Any patches in the street that will not have the final patch placed within 15 days after
opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be '
paid under the bid item for Hot Mix Asphalt (HMA).
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\l 141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 12 '
Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite.
Payment to haul and dispose of old asphalt and other excavated material shall be included
in the unit bid price for "Hot Mix Asphalt (HMA) Class 1/2" PG-58-22."
' Measurement of Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 shall be per ton with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any
other component of the mixture.
Measurement for furnishing and installing HMA will be based on actual tonnage weight as
determined by measurement from a certified scale. The quantity for this item is included to
provide a common proposal for bid purposes. The actual quantity used in construction may
vary from that amount. The unit price will not be adjusted if the actual quantity used varies
by more than 25 percent.
The unit Contract price per ton for Hot Mix Asphalt (HMA) Class 1/2" PG-58-22, shall be full
I compensation for all labor, materials, equipment, tools, and incidental costs necessary for
placing, compacting and constructing asphalt pavement in and along the Project including
asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack
coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications,
aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade,
removal of existing asphalt, cleanup, and all other incidentals necessary for a complete
paving system to the lines, cross-section and grades as shown on the Plans.
i Item 1 : Remove Tree Each Bid to 9 (Each)
1 This item includes all work needed to remove and dispose of any trees needed for project
construction. Removal of trees shall only be as identified and approved of by the Engineer.
For this bid item a tree is defined as a having a trunk 6" or greater in diameter when
measured 5 foot above ground level.
This item applies to large trees that may be located at or near the toe of the slope.
All vegetation, wood debris, trees, and other material removed for clearing shall be
disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C
' Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in
this bid item (no mileage cost).
Measurement for Remove Tree shall be per each..
Payment for Remove Tree shall be made at the unit bid price, which payment will be
considered complete compensation for all labor, equipment and materials required to
lcomplete this item of work in accordance with the Contract Documents.
Bid Item 20: Remove and Replace Conc. Curb and Gutter (Linear Foot)
This item includes all work needed to remove and replace the existing concrete curb and
gutter needed for project construction. Concrete Curb and Gutter shall conform to City of
Renton Standard Detail F-001, and as is shown on the Plans. This item includes removing,
hauling, and disposal of the waste material.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
' 2006\20c-NEW-Bid Section 1-09-14.doc Page 13
All material removed for this item shall be disposed of at an off-site disposal facility per ,
Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
Crushed Surfacing and Sawcutting will be paid under separate bid items. '
The actual quantity used in construction may vary from the bid quantity. The unit price will '
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for Removal and Replace Concrete Curb and Gutter shall be in linear feet of
new Concrete Curb and Gutter installed.
Payment for Removal and Replacement Concrete Curb and Gutter will be made at the unit ,
bid price, which payment will be complete compensation for all labor, equipment, materials,
saw cutting, removing and disposal of waste material, materials hauling, preparation,
imported material necessary to meet compaction requirements, forming, placement,
finishing, cleanup, etc. required to compete this item in conformance with the Contract ,
Documents.
Bid Item 21: Remove / Restore Fence (Lump Sum)
This item includes all work needed to remove and restore the sections of the existing chain
link fence needed to install the new storm water pipe. The Contractor may salvage the
existing fence and fence posts for reuse, or may provide new material as needed. Any
damaged fence or posts shall be replaced with new material matching the existing fence.
All salvaged material shall be inspected by the City for damage and suitability prior to
reuse. Any material the City determines not suitable shall be replaced by new material at
no additional cost.
All new Chain Link Fence shall be Type 1, shall match existing fence height, and shall be
installed per Standard Specifications Section 8-12. The Chain Link Fence and material
shall meet Standard Specification Section 9-16.1 and shall be Class 1 material.
End, Corner, and Pull Posts For Chain Link Fence shall be Type 1, and shall be installed ,
per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall
meet Standard Specification Section 9-16.1 and shall be Class 1 material.
Posts shall be placed in a vertical position, and except where otherwise directed by the
Engineer, shall match existing spacing.
All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3.
All material removed for this item shall be disposed of at an off-site disposal facility per
Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
Measurement for Remove / Restore Fence shall be prorated for the amount of work
accomplished at the time of payment, as determined by the Engineer. '
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\]141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 14 '
Payment for Remove / Restore Fence will be made at the unit bid price, which payment will
be complete compensation for all labor, equipment, materials, saw cutting, removing and
disposal of waste material, materials hauling, finishing, cleanup, etc. required to compete
this item in conformance with the Contract Documents.
Bid Item 22: Restoration, Fertilizing, Seeding, (Lump Sum)
This item includes restoration of all cleared areas and areas disturbed by construction with
grass. All disturbed areas shall be raked smooth, have 6-inches of topsoil placed, and
shall be fertilized, seeded, and mulched. The work includes all costs for topsoil,
hydroseed, fertilizer, and mulch. Hydroseeding may be placed by machine or by hand
sprayer.
Topsoil shall be Type C per Standard Specifications Section 9-14.1(3).
Hydroseed shall be as specified in the Plans, Special Provisions Section 9-14, and
Standard Specification Section 9-14. The mix shall be submitted to the Engineer for review
and approval, including the seed vendor's certification for the grass seed mixture indicating
percentage by weight and percentages of purity, germination, and weed seed for each
grass species.
Hydroseeding shall be performed only after all work affecting ground surface has been
completed. The topsoil in the areas to be seeded shall be loosened to minimum depth of 4
inches, graded to remove ridges and filled to remove depressions, as required to drain.
1 The Contractor shall water as needed to maintain seeded areas in good condition until final
acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and
all equipment needed shall be furnished by the Contractor.
Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of
seeding is acceptable. Hydroseed areas shall have a uniform stand of grass over 90
percent of seeded area. Areas which fail to provide a uniform stand of grass shall be
reseeded. Areas reseeded will not be accepted until the required coverage is obtained.
All areas that will be hydroseeded shall be reviewed and measured with the City inspector,
and adjusted as directed, before the work occurs. Payment will be based on that
measurement. Additional payment will not be made for any hydroseed outside of the
previously measured area, unless approved by the City.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
1 Measurement ,of Seeding, Fertilizing, and Mulching shall be per Square Yard for the
hydroseed area that is accepted by the City.
Payment for Seeding, Fertilizing, and Mulching shall be complete compensation for all
materials, tools, labor and equipment required to complete the work as shown on the Plans
and specified in the contract documents and City Codes.
r�
H:\File SysISWP-Surface Water Projec1s1SWP-21-Surface Water Projects(CIP)127-2130-Monroe Ave Overflo)v\1141 FINAL Specs-
' 2006\20c-NEW-Bid Section 1-09-14.doc Page 15
Bid Item 23: Minor Changes (Lump Sum)
At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu
of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications.
The unit contract price for Minor Changes is given in the Schedule of Prices and shall not
be changed by the bidder.
All work and payment under this item must be authorized in writing by the City Project '
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of
the Standard Specifications.
Payment for this item will only be for the changes and amounts approved by the City. If no
changes are authorized under this bid item final payment for this item will be $0 (zero).
f
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs- '
2006\20c-NEW-Bid Section 1-09-14.doc Page 16
G
z
Q
N
0 I=
f' W
Z �
O �
V Z
!0 O
W �
7
N
' 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 corner 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 foot's 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 cut 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 corner monuments set while under
should occur prior to backfilling. Close contract to the City of Renton or as part of a City
' cooperation between the installing contractor and of Renton approved subdivision of property, a
the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by
All "as-built" surveys shall satisfy the the city) identifying the monument; point of
requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of
' shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat
made in conformance with all of section 1-I1.1 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. Corners per 1-1 l.l(5) shall be marked in a
permanent manner such as 1/2 inch diameter
1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or
' Referencing(RC) caps, tack in lead, etc. and permanently marked
All property or lot corners, as defined in 1- or tagged with the surveyor's identification
11.1(5), established or reestablished on a plat or number. The specific nature of the marker used
' other recorded survey shall be referenced by a can be determined by the surveyor at the time of
permanent marker at the corner point per 1- installation.
11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC)
impractical or in danger of being destroyed, e.g., Monuments per 1-11.1(5) shall meet the
the front 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//SYS2W"S\83m\control\scn.doc 1-1 1-5 2 May 2000
ES 9 TZ3N R5E SW 1/4
_ !U K r' 2t66.. Y. 1/
+216
+1541 3L41864 ' ,1+(799
2165+ +
�._, U U.61j = 1
5
, � i+ 1302 } +1318
✓ 2634( — —
>584 3 6
' +317
Ji +t316
e
-- >
2288
1314 Z287
! J
Q
ch
1884 w
_ 1210
ti e�
C
w
16 T23N RSE SW 1/4 '
LEGEND
CITY OF RENTON ills
® Horizontal & vertical
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS ® Horizontal Only '
•® TECHNICAL SERVICES 3333
• PLANNING/BUILDING/PUBLIC WORKS Vertical , '
OZ/14/00
♦"°"J0 Monument
F 5
® 45%mmmmmosdo ® �iw Renton City l.irtats
1:54M 16 T23N R5E NW 1/4
E5 - 9 T23N R5E SE 1/4
1 1 .1-502, _
, , _ St 5
+1586 1305+
1 � �
�LNE 3i d Pi. C _'
z ! �� - --
n
� 1
77
+(
84 _ r E
r � x
218818-8 5-
_sl`5612 1
i
- tz
1i
j ($�-ao2+24
2399{+17
_ 11774;+
2398+
--D; f
1773
4 7 8- ".
' — -- 176
16 T23N R5E SE 1/4 LEGEND
CITY OF RENTON 1111
® Horizontal & vertical
SURVEY CONTROL NETWORK 2222
' MONUMENTS & BENCHMARKS ® Horizontal only
" o TECHNICAL SERVICES 3333
•®• PL 14/00 /BUII.DING/PUBLIC WORKS
Vertical ,
02/4/00
Monument
® 450 9m ——— Renton City Limits
F5
1:54M 16 T23N R5E NE 1/4
SECTION 16 T23N R5E W.M. '
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters '
478
Location: Found a 1/4" bronze pin on a chipped concrete post monument down 0.65' in '
a monument case at the constructed intersection of SE 2nd Place and Union
Avenue S. '
Monument: 1/4 IN BRONZE PIN ON CHIPPED CONC MON, IN CASE, DN. 0.65'
NORTHING: 54382.026 EASTING: 399701.012 ELEVATION: 119.182 '
612 NW Corner 16 T23N R5E ,
Location: Found a 3/8"copper plug and a punch on a 4"x4"concrete post monument
down 0.45' in a monument case at the constructed centerline of Edmonds ,
Avenue NE approximately 160'south of Ferndale Avenue NE. See City of
Renton monument reference card number 612.
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45' '
NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269 '
1502 N 1/4 Corner 16 T23N R5E ,
Location: Found a 2"flat brass disc with a punch mark in a 4"diameter pipe filled with
concrete down 0.6' in a monument case at the constructed centerline of NE
4th Street&Monroe Avenue NE. See City of Renton monument reference '
card number 98 and 1502.
Monument: 2 IN BRASS DISC W/PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN. '
0.6'
NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057
F5-1
SECTION 16 T23N R5E W.M.
' 28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1503 NW Corner 15 T23N R5E
Location: Found a 1/8"copper pin in a concrete post monument down 0.7' in a
monument case at the constructed intersection of NE 4th Street& Union
Avenue NE.
Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 0.7'
' NORTHING: 55189.601 EASTING: 399714.506 ELEVATION: 122.231
1520
' Location: Found a hub and tack in a monument case approximately 100 feet NE of
intersection of SE 5th St. and Maple Valley Hwy.
Monument: HUB &TACK IN CASE
NORTHING: FASTING: ELEVATION: 19.069
1884
' Location: SUPERNET STATION HAFF-Found a standard National Geodetic Survey
(NGS) horizontal control brass disc stamped "HAFF-1990", in the top of a
round concrete monument that is flush with the ground surface in the median
strip at the northeast corner of a parking lot at the King County Public Works
facility at 155 Monroe Avenue NE, approximately 116'westerly of the
' projected westerly side of building A, approximately 53' southerly of an east-
west chain link fence, approximately 12' southerly of the northerly end of the
median strip, approximately 9'southerly of a fire hydrant and approximately 5'
northerly of a witness post. This monument has a Bush, Roed & Hitchings
(BRH) GPS station designation No. HAFF.
Monument: 3-1/2 IN BRASS DOME W/PUNCH ON CONC MON, FLUSH
' NORTHING: 54784.236 EASTING: 398798.362 ELEVATION: 103.916
F5-2
J
H 0
Z F
Oil
U C
LLM
H
U)
O
O
x
IL
W
H
Monroe Ave. NE Storm System Overflow y Project August 2007
Monroe Ave. NE
Looking Northwest
' Existing 72" CB
Ex. CB 72"
d e
' 41
P
Monroe Ave. NE
Looking West
Toward Fence and Pit
' Ex. CB 72"
t
Y�
' Pit, Slope, and Trees
Looking South �,,,, . Approx. Area for
' From McDonald's Rock Apron
J
a
H
W
0
Q
0
Z
Q
H
r rr r� rr rr rr r rr r� r rr rr rr rr r rr rr rr
NOTES 1. No steps are required when height is 4' or less.
2. The bottom of the precast catch basin may be sloped to
facilitate cleaning.
CATCH BASIN FRAME AND VANED GRATE 3. Frame and rate may be installed with flange down or
OR MANHOLE RING AND COVER cost into adjustment section. g
HANDHOLD
4. Knockouts shall hove a wall thickness of 2" minimum to
RECTANGULAR ADJUSTMENT SECTION
2.5" maximum. Provide a 1.5" minimum gap between
a OR CIRCULAR m �. ORCIRLACUUR ADJUSTMENT SECTION the knockout well and the outside of the pipe. After the
o , pipe is installed, fill the gap with joint mortar in accordance
with Std. Spec. 9-04.3.
FLAT SLAB TOP 5. Manholes equal to and greater than,20—feet deep shall have
..
a "SURETRACT" climbing and fall protection system installed.
>E
a � CATCH BASIN DIMENSIONS
48' 54' 60' 72 84" OR 9 ; CATCH WALL BASE MAXIMUM DISTANCE BASE REINFORCING STEEL
BASIN THICKNESS THICKNESS NOCKOU BETWEEN In /ft IN EACH DIRECTION
MORTAR (TIP.) DIAMETER SIZE KNOCKOUTS INTEGRAL SEPARATE
48" 4
„ ,° 0.15 0.23
STEPS ER 54" „ 0.19 0.19
D
f LADDER 60" 51' 8" 48" 0.25 0.25
72 699 811 60" 12» 0,24 0.35
I 84" 8„ 12„ 72„ 12» 0.29
I I ss" 8 12 84" 12"
M I• IN. PIPE ALLOWANCES
'.' REINFORCING STEEL -
MORTAR FILLET .��: N 2.5' MAXI CATCH PIPE MATERIAL WITH MAXIMUM INSIDE DIAME ER
�` I }..�.;� �'Yt•;.-`. 12" BASIN ROrILALL CPSSP I SOLI WALLD PWALLE
CONCRETE•.�. ..'� �:i`•. '°., -�... DIAMETER METAL Q PVC® PVC®
8" —('8.
�L. 48" 24" 30" 24" 27" 30"
SEPARATE BASE INTEGRAL BASE 54" 30" 36" 30" 27" 36"
CAST IN PLACE PRECAST WITH RISER
60" 36" 42" 36" 36" 42"
"0"RING 72" 42" 54" 42" 36" 48"
GRAVEL BACKFILL FOR84" 54" 60" 54" 36" 48"
PIPE ZONE BEDDING �12-�-y .r
=B, ss" so" 72" 60" 36" 48" CATCH BASIN TYPE 2
mCORRUGATED POLYETHYLENE STORM SEWER PIPE (Std. Spec. 9-0520)
SEPARATE BASE IZ Std. Spec. 9-05.12 1 ADOPTED
PRECAST 0�Std. Spec. 9-05.12�2�� .n/=M ,OM µ. *MM xowr SSY CITY OF RENTON
a.rz ate, a STANDARD PLANS
'¢ LAST DATE:5/20/2004
SP PAGE B027
I
NOTE
As an acceptable aftemate to rebar,wire mesh having a
minimum area of 0.12 square inches per foot may be used
for adjustment sections.
M6 BARS AT r SPACING
/ ( +r MPI.
2T c 24',
24'DIAM.,
4r DWI,
OR W DIAM.HOLE r mp' )
Y �
STEP e'
1'MIN.
2 IW MAX
84"OR 9G"FLAT SLAB TOP
+r
a
PREFABRICATED LADDER
t
>— N5 BARS AT 6'SPACING A
4 • y
TYPICAL ORIENTATION d �.
a FOR ACCESS AND STEPS
i{la
roR+r
ti 2lr x 24•.
e' 24'DIM+.,48'OUMI.
OR 84•DWA HOLE
r 0-yp r` 24'MIN. ONE 93 BAR HOOP FOR W
TWO 93 BAR HOOPS FOR+r
+'MIN.
r 21rrMAX. RECTANGULAR ADJUSTMENT SECTION ��E�` l•Wj�
72"FLAT SLAB TOP
b� S4• .0 4
0 Islas -4
BARS AT 8'SPACING VI ST
/•1, MISCELLANEOUS DETAILS
IT:24-OR ECCENTRIC CONE SECTION FOR MANHOLES AND
24•DIAM.HOLE ONE f3 BAR HOOP CATCH BASINS
rfrrv.I �61 STANDARD PLAN B-lz
SHEET t OF+SHEET
CIRCULAR ADJUSTMENT SECTION APPROJ.Peterf"o 06-23-UVED FOR PUBLICATION
+•
2 t/r X rr MA Harold
ADOPTED
48",54"or 60" 1 .« .owe« r��x,.>b ICY p CITY OF RENTON
FLAT SLAB TOP STANDARD PLANS
LAST DATE:06/23/2004
SP PAGE BO34
S:
rr rr r ar rr sr rr rr rr r� +�r rr 3 � r r irr r r
r
1
1
TRENCH EXCAVATION
SEE DETAIL
FOR PAVEMENT PATCH
a °
BACKFILL MATERIAL
NATIVE IF IT MEETS SPECS,
OR IMPORT PER SECTION 9-03.19
° ° (BANK RUN GRAVEL).
G ° d
° d
4 ° d
C d
g d° NEW STORMWATER PIPE
r PIPE ZONE MATERIAL PER
WSDOT 2006 SECTION9-03.12(3)
GRAVEL BACKFILL FOR PIPE ZONE BEDDING
r 6
° 4 lid EXCAVATION DEPTHAS A PROVED UNSUITABLE
BYB IF NEEDED)
ENGINEER
BACKFILL WITH FOUNDATION MATERIAL MEETING
SECTION 9-13.6 QUARRY SPALLS
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT PIPE ZONE MATERIAL TO 90% MINIMUM DENSITY
EXCEPT DIRECTLY OVER PIPE WHERE COMPACTION WILL BE HAND TAMP ONLY.
4. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO
ENSURE FLOW LINE IS MAINTAINED.
r
STORM PIPE
1 TYPICAL TRENCH BEDDING AND BACKFILL
r
1
r
CEMENT CONCRETE
CURB AND GUTTER
3/8- PREMOLDED JOINT FILLER ,
1-5"
V
5'-0"R. I 5'-0"R.
5'-0-R 5'-0-R. '
4'-B 1/4" 5" 5- 4'- B 1/4"
CATCH BASIN FRAME AND GRATE
GUTTER PAN (NOT INCLUDED IN BID ITEM)
PLAN VIEW ,
CATCH BASIN GUTTER PAN
2'-B" ,
SLOPE GUTTER PAN
DOWN TO FRAME
5 1/2- AND GRATE
MATCH
R. 1"R. ROADWAY 5-
SLOPE
1 TOP OF
RECESS
1/2• 1/2"R. ROADWAY
e 'ep D
VARIES
D
ADJUSTMENT SECTION
(NOT INCLUDED IN BID ITEM)
D CATCH BASIN OR INLET
•D (NOT INCLUDED IN BID ITEM)
eD p
SECTION
i
B 1/2-
5 1/2- 1
1/2"R. 1"R. MATCH
ROADWAY
SLOPE
p e 1/2*R.
o p -
D pJOP OF
ROADWAY
VARIES
r ��
SECTION ( B )
CEMENT CONCRETE ,
CURB AND GUTTER PLAN
SHEET 1 OF 1
**w "N
ADOPTED
CITY OF RENTON
STANDARD PLANS '
LST DATE:04/04
DATE REVISION I BY APPR'D DWG. NAME: F001 SP PAGE: F001
rs rr e r r �■it r r ar r� r r r r r r r r r
Brace posts
p ost Line Twisted and barbed selvage Brace post End, gate or corner post Pull post
To
Fabric bond p rail SleevesTop rail
x
Chain link fabric Stretcher bar
a �
Brace rail
Brace roil
I
Tension
Truss rod wire Truss rod
i `Twisted and
barbed selvage ^�
Line post
Brace post Brace post
End, gate or corner post Twisted and barbed selvage Brace post
CHAIN LINK FENCE TYPE 1 Pull post
Brace rail hain link fabric Tension wire
x
Brace Brace rail
rail
1D Fabric band
Stretcher
Tension wire
N bar
'Twisted and barbed
iv selvage
CHAIN LINK FENCE TYPE 3
Brace post Brace post Brace post
End, gate or corner post Line post Pull post
Knuckled selvage
Tension wire a Chain link fabric
Tension
N wire
Brace race roil Stretcher bar
rail Fabric band Brace roil
CHAIN LINK FENCE TYPE 4 CHAIN LINK FENCE
Brace post Broce post
End, gate or corner post Line post Pull post
Sleeve Knuckled selvage
Top roil x
Chain link fabric Top rail
Fabric Dond
N
�i Tension wire
CHAIN LINK FENCE TYPE 6
Sheet I of 2 Sheets
3%2'
NOTESt
1Y
11{ All concrete post bases shall be 1D" minimum diameter.
All posts shall be spaced at 10' maximum intervals
Fabric loops Z unless otherwise directed by the Engineer.
r x I x
Top or bottom tension wires shall be placed within the
IF limits of the first full fabric weave.
Y �/4 Details are illustrative and shall not limit hardware
Radius design or post selection of any particular fence type.
41'abric loops ITYP)
Fence Line
RAIL AND
END, CORNER AND PULL POST BRACE LINE POST
ROLL FORMED SECTIONS
MEMBER
BRACE RAIL & TOP RAIL LINE & BRACE POST END, CORNER, & PULL POST GATE POST ALL
TYPE
ROUND H-COLUMN ROLL FORMED ROUND H-COLUMN ROLL FORMED ROUND ROLL FORMED ROUND POSTS
I.D. Weighs Weight Weight I.D. Weight Weighs Weight I.O. Weight Weighs I.D. Weight
Pipe Per Foot S;ze Per Foot Size Per Foot Pipe Per Foot Size Per Foot Size Per Foot p;pe Per Foot Size Per Fool Pipe Per Foot LENGTH
(Inches) (Pounds) (Inches) (Pounds) (Inches) (Pounds) (Inches)
(Pounds) inches) (Pounds) (Inches) (Pounds) (Inches) (Pounds) U nchesl (Pounds) (Inches) (Pounds)
1 1 11/4 2.27 1'/q x I% 1.35 1 1% x 1'/4 1.35 2 3.65 21/4 4.0 I5/e x 1%a 2.34 21/2 5.T9 3�/2 x V2 5.14 31/2 9.1 8'-8"
CHAIN LINK FENCE
3 11/4 2.27 0/4 x 1% 1.35 1% x 1/4 1.35 11/2 2.72 1%a 2.72 1% x 1'/a 1.85 2 3.65 3/2 x 3/2 5.14 3/z 9.1 8'-8"
4 1V, 2.27 PA x 1Ys 1.35 5/a x I'/4 1.35 1'/z 2.72 1T/e 2.72 1% x 13/0 1.85 2 3.65 3'/z x 3'/z 5.14 3�/2 9.1 5'-6"
6 1�'A 2.27 1'/e x 1% 1.35 15/a x 1'/q 1.35 2 3.65 21/4 4.0 1% x I�/a 2.34 2�/z 5.79 3'/2 x 3/2 5.14 31/2 9.1 5'-6"
Sheet 2 of 2 Sheets
cn
z
a
a
z
0
oc
z
0
rr rr rr rr it r rr r r rr rr rr r r r r r r r
J � CALL 48 HOURS BEFORE YOU DIG
°' NE 4TH ST/'MONROE AVE NE ' 0' 10' 20'
N �� I \ \` / - 811 OR (old #1-500-424-5555)
C INTERSECTION �_ —��fN�•.�c �, LOCATIONSJTY
d "' EX CB TYPE 2, _-`-_ --_____ SCALE: 1"= 2U� sTAEX G6+a9E 2 72� ONTRACTOREXISTING I S RESPONSIBLE FOR LOCATING ALL unE. NOT UEES LT1ES MAY BE SHOWN.
STA. 2+76 RI CB TYPE 1 RIM EL=345.76
RIM IE=345.7 N,S 36"IE=332.35
RIM = E 8�IE=_
0) N,S 36'IE=332.76 Tel ___ W 18� IE=339.13
Tel Tel —' —
— O 6 W 16 W j¢ O Tel GENER4LNOTES:
76"W
6"S� LOCATE CB-1 16 W 1I I "-o - °B t 6"W
_36 23' NORTH OF EX. CB 11,,CB-1 I In
0. THIS PLAN DEVELOPED FROM PLANS AND ELEVATIONS IN CITY FILES.
'� ao NOT SURVEYED. LOCATIONS MAY VARY.
2"S '— '— -- Ste_ '— REF R-1516 MONROE AVE NE. NE 4TH ST TO HE 2ND ST.
1 "S� S - - '— 6 ELEVATION CONVERTED TO NAVD 1988 FROM NGVD 1929.
k+OQ O �I SSMH 5+ ` - I 12 S1� I 72"SS
�E�-:
� 6+00 2
7+00 MONROE A S CONC I I > h 3
�!Al:t�L m OCATE ANCHOR I m DRAMNG NOTES:
— TOC DEL 54U.12 -iTREET Lt QWEST —
—T� I ' 3 I I'— - ' tO lO CONTRACTOR SWd1 INSTALL EROSION CONTROL, INCLUDING
J ? FILTE2 FABRIC PROTECTION FOR DOWNSTREAM CATCHBASINS.
EX CB TYPE 1 FENCE ALONG PL _
RIM EL 339.48 FENCE AIONG O2 TRENCH PATCH SHALL BE PER CITY DETAIL HR-23 TYPICAL
_
E,W 8"IE=336.2 - - -CB—TYPE-1- PATC4 FOR FLEXIBLE PAVEMENT PERPENDICULAR TO ROAD CL.
RIW- O3 REST)RE CURB, GUTTER, SIDEWALK PER CITY DETAIL DRAWINGS.
ADJUST AS NEEDED TO MATCH EXISTING.
® REST)RE DISTURBED AREA, FERTILIZING, SEEDING, MULCHING
x
Chevron Station SHRUBS, BLAGKBERRf�--
&
McDonald's °�---
Restaurant —�
J I
a
c�
of � X-{
Juk
a \
U
Z
LL
REMOVE TREES, IF NEEDED _
/ WATERFILLED DITCH FCR PIPE ALIGNMENT ALONG TOE OF SLOPE
WA
-
i II LOCATION, SIZE, APPX ROCK SEE APRON
J `RFl`�ED DI=X -
i
POSSIBLE BURIED LINES
POTHOLE 8'SS CALL TO LOCATE REMOVE FENCE AS NEEDED FOR CONSTRUCTION.
BEFORE CONSIR STREET LIGHTS, QWEST REPLACE AT COMPLETION
350—...................................... POINOLE:I:ocAT�ON....-....-...-..... ._...._.......-.-... _-............................,........ AL 1^_.1 . ........ _ .. .—.350..._
eEFom CoN61R,(1)
C VE PROFILE ALONG N PIP NE
:..:._.
SCALE: HORIZ 0 F1L QN NEW E LINE
1s'w
1y> R 0'
<O
FLANGE.iox+r EleoW
E«3 4L
340— ......--.... -..:...................::..:.�:� .: ......................__.._a-.........-..._ _.............. ......_ E DE __._...--.........:..............-_............._.... _.........- —340...
.:`S 238 SE DETAIL ....... ...
DOWNSTREAM CS AT _ MACHINERY ()WED NO CNI ALL ONSLOPE:
McDONALDS RIY:EL=.48
.....0. ...33y.:
330 — ..........................................._..... _..........................._.._................... ........................ ............. ............ ............ _. _......__. ............. ............ ...........-. ............. _.. ........ ...:
12•SS DEADMAN:ANCHOR ::::' ;oat LF z4'HOPE 33O
IE=334.4 25 FT FROM CL® LAY PIPE ON T)P OF SLOPE
TOP 335.5t EST SEE DETAIL - _ -
E CB-1 TYPE 1, 72�: H
STA 8+26. 7.IrL
FROM FLANGE
SOLID.COVER.........:........ ...........
.... ... 45t LF 24'HOPE O 0. FT/FT
(COFF1R11 LENGT�NETDED M FIELD)
320— So1 EL 34a t (ce WALL-o FLANGE.IndLoe+c FR7NGs..................... wwo rm�oiiE,�tiisrl s+u1 T�Fs Dmws -320
KS 3eE:33z3 CONFIRM LENGTH NEEDED IN FEED): ON SLOPE AS NEEDED TO INSTALL NEW PIPE
W 24';IE 336.4
PROVIDE MIN. 6- CLEARANCE
BETWEEN EX. 12-SS AND NEW
T P`
-:................_.:...._........_..:..._.._.._...._-5 QRM..P.I..E..............._..:._..__.........
31O PLACE ETHAFOAM PADDING :...................:...........................
...........:...................................... .... ........ .....-...-.. ............. ....... ............. ............. ............... .-.31.0...
CONTRACTOR TO CONFIRM E)L BETWEEN PIPES (6 INCHES+) -
STORM PIPE TYPE AND El"AM N. PIPE ANCHOR
SADDLE EXSIORM PIPE WITH NEW -12_FT FROM T]ib
C8 AND REMOVED STORM PIPE AI
IN CB:
SEE OET L
300— .. ... ................... - -. ...... ...... ............... —$00
END of PIPE ...'
STA.8+28. 138'R AM
EL 280t
290— ..................................................................................................................`................ ........... ............. ---------- ............... ............. ............. ............. ..... .......................... —..- ...
*ROCIC APRON
i290
�s1;E DETAIL
:EX GROUND'.APPX
EX DITCH
CHECKED FOR COMPLIANCE RECOMMENDED 8/9/2007
TO CITY STANDARDS As Noted
FOR APPROVAL oc CITY OF MONROE AVE NE STORM SYSTEM
Date BY =owc W REN TON OVERFLOW PROJECT
Date DATUM
8Y �25 DWC Planning/Building/Public Works Dept. 1
Date NO. REVISION BY DATE APPR — x
RJS 2
n - p1`Tn
cr) FLANGE JOINT, TYPICAL
cM
N
l` 24" IPS BACK-UP RING (2) 24 BOLTS, NUTS, WASHERS
' d PRESSURE CLASS 160 " " I VERIFY LENGTH NEEDED FJ STi
�G 24" HDPE PIPE
24" FLANGE ADAPTER
DR 17, PRESSURE S<OAF
SPOOL, 2' MIN. 24" ELBOW —_
CLASS 160 (2) (APPX 30% VERIFY WITH -I EXCAVATE BASIN FOR ROCK APRON
ACTUAL GROUND SLOPE) -II
BUTT—FUSED JOINT (TYP) APPX 12' DIA
BUTT—FUSED JOINT (TYP)
_ 24" IE^286t EXISTING
— 24" HDPE PIPE GROUND
=III= 18"-24"
I=_
' COMPACTED BEDDING _
CONTRACTOR TO ADJUST ELBOW LOCATIONS AND III
SPOOL LENGTHS AS NEEDED TO FIT SLOPE. III-- 30"-36" 60PLACF
DITCH ALONG TOE
REVIEW WITH CITY BEFORE FABRICATING. III==I I SLOPE, SIZE APPX
IP—RAP
DIA
FLANGE JOINT, ELBOW DETAIL (NTS) ROCK . APRON (NTs) TWOKTOITHREE"-18"LAYERS THICK
CONCRETE SHALL BE KEYED 12" MIN.
AGAINST UNDISTURBED EARTH BOTH FACES ANVIL FIG. TYPE 212 PIPE CLAMP WITH GALV. FINISH
OR EQUAL. SPLIT AT SPRINGLINE. 6.5' MIN.
' CLAMP ID 26" MIN TO ALLOW PIPE TO SLIDE THRU CLAMP.
CLASS 5 1/2 SACK COLLAR (2" PIPE 1' 1' 2.5'—.{ 1' 1'
CONCRETE 3000 PSI MIN 24" PIPE WELDED TO STAKE), FAINA IMIN MIN I MINIMIN
OR 2 BOLTS ON 24" HDPE PIPE
THREADED END (OD —24') FILLET 1/2' TYP
�1.5 MIN. J/4" BOLT, 7/8' DIA. HMA, 2_(MIN)
NUT, WASHERS 2' DIA. CLASS 1/2"
6" CRUSHED SURFACING TOP COURSE
PLATE ATB:
3" CLR 1 /
P18LlrEW
mfw
�, I SEE SPECS FOR PIPE BEDDING
ANVIL FIG. TYPE 212 PIPE CLAMP OR EQUAL AND BACKFILL REQMTS.
SPLIT AT SPRINGLINE. CLAMP ID 24"
CLAMP TIGHT TO PIPE � 0� ^ \
POUR CONCRETE ANCHOR AROUND PIPE ��� \ � ����\ j\
#4 REBAR 8" O.C. E.W.
CENTER IN CONCRETE
3" COVER SHAPE END PLATE DETAIL
(TYP) TO A POINT USE 6"ATB ON MONROE AVE
1/4" PLATE ASTM A36 STEEL ■MINIMUM ATB:
GALV. AFTER FABRICATION PER ASTM A123. PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS
5' CONFIRM THAT PLATE WILL MATCH AND INDUSTRIAL ACCESS STREETS — 6" ATB CLASS 'E' or 'B'
CLAMP FITTING AND BOLT DIMENSIONS RESIDENTIAL ACCESS STREETS — 2" ATB CLASS 'E' or 'B'
BEFORE FABRICATION.
r 6' MIN_ 11" X 5' PIN PILE EACH SIDE
SEMM VIEW ASTM A36 STEEL GALV. AFTER FABRICATION PER ASTM A153, TYPICAL PATCH FOR FLEXIBLE PAVEMENT
OR 5' PIN WITH THREADED END (12") PERPENDICUUkR TO ROAD CENTERLINE
CONCRETE DEADMAN ANCHOR DETAIL (NTs) PIPE ANCHCR DETAIL (NTS) DWG NAME: HR-23 (NTS)
!� RECOMMENDED s..om 8/9/2007
FOR APPROVAL As Noted CITY OF
me MONROE AVE NE STORM SYSTEM
-� RENTON
BY
°"`Dwc _J OVEFLOW PROJECT
BY DOC II��v DATUM
Planning/Building/Public Works Dept. 2
NO. REVISION BY DATE APPR � '® x °F 2