Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutProject Manual - CAG-25-048 - Volume 1
Bid Documents
(this page left intentionally blank)
CONTRACT PROVISIONS
for the
116th Avenue SE Sidewalk Project
(SE 160th St to SE 162nd St)
City Project # TRO4104285
City Contract # CAG-25-048
May 29, 2025
Prepared by:
SCJ Alliance
2727 Hollycroft St, Suite 230
Gig Harbor, WA 98335
Prepared for:
City of Renton
Public Works Department
Transportation Division
Renton City Hall – 5th Floor
1055 S Grady Way
Renton, WA 98057
The above-mentioned Contract Provisions have been reviewed and approved for
advertisement. Such review includes all contract documents, specifications, and plans
associated with the project.
Only the Special Provisions (Volume I, Section V) and the Construction Drawings (Volume II)
were prepared under the direction of the Engineers and have been signed, dated, and
sealed accordingly. All other sections of this Project Manual (Volume I, Section s I–IV) were
provided by the Owner (City) and are not certified by the Engineers, unless otherwise
specifically sealed by the Engineer.
(this page left intentionally blank)
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 1
Table of Contents
VOLUME I
I. CALL FOR BIDS.................................................................................................................................1
CALL FOR BIDS ...........................................................................................................................................2
II. INFORMATION FOR BIDDERS .........................................................................................................3
INFORMATION AND CHECKLIST FOR BIDDERS ..........................................................................................4
SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON ........................................................................7
SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON ........................................9
III. PROJECT PROPOSAL ................................................................................................................... 11
*PROPOSAL ........................................................................................................................................... 13
*SCHEDULE OF PRICES............................................................................................................................ 15
*NON-COLLUSION DECLARATION .......................................................................................................... 17
*LOCAL ANGENCY SUBCONTRACTOR LIST ............................................................................................. 19
*PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT .................................... 21
*CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA, WASHINGTON
STATE PUBLIC WORKS CONTRACTS ................................................................................... 23
*PROPOSAL SIGNATURE PAGE ............................................................................................................... 25
*PROPOSAL BID BOND TO THE CITY OF RENTON................................................................................... 27
IV. AGREEMENT FORMS .................................................................................................................. 29
❖AGREEMENT ....................................................................................................................................... 31
❖CONTRACT BOND TO THE CITY OF RENTON ....................................................................................... 33
❖FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION ............................................... 35
* SUBMIT AS PART OF THE BID
❖ SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD
V. SPECIAL PROVISIONS .................................................................................................................... 37
INTRODUCTION TO THE SPECIAL PROVISIONS ....................................................................................... 40
DIVISION 1 .......................................................................................................................................... 42
DIVISION 2 .......................................................................................................................................... 85
DIVISION 3 .......................................................................................................................................... 93
DIVISION 4 .......................................................................................................................................... 95
DIVISION 5 .......................................................................................................................................... 97
DIVISION 7 ........................................................................................................................................ 129
DIVISION 8 ........................................................................................................................................ 144
DIVISION 9 ........................................................................................................................................ 177
Table of Contents
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 2
APPENDICES
APPENDIX A – WASHINGTON STATE PREVAILING WAGE RATES
APPENDIX B – CITY AND WSDOT STANDARD PLANS (GR9)
APPENDIX C – GEOTECHNICAL REPORT
APPENDIX D – PERMITS AND LICENSES
APPENDIX E – POTHOLING DATA
APPENDIX F – ZAYO RELOCATION AS-BUILTS
APPENDIX G – ECOLOGY INADVERTENT DISCOVERY PLAN
VOLUME II - PLANS
CONSTRUCTION DRAWINGS (BOUND SEPARATELY)
CALL FOR BIDS
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 1
City of Renton
Contract Provisions for
116th Ave SE Sidewalk
______________________________________________________________________________
I. CALL FOR BIDS
CAG-25-048
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions
CITY OF RENTON
116th Avenue SE Sidewalk Project
CAG-25-048
CALL FOR BIDS
Sealed bids will be received until 12:00 PM on Tuesday, June 24, 2025 at the lobby of Renton City Hall,
1055 South Grady Way, Renton, WA 98057. Bids delivered by mail, FedEx, UPS, or any other courier
delivery service, will not be accepted. All supplemental documents, that are allowed to be
submitted after this date and time, shall be received at the lobby of Renton City Hall. Sealed bids will
be opened and publicly read via Zoom video-conferencing web application (meeting information
below) at 1:00 PM on Thursday, June 26, 2025. Any bids received after the published bid submittal
time cannot be considered and will not be accepted.
Join Zoom Meeting
https://us06web.zoom.us/j/89207136835?pwd=3gbdBJL5QtGavYasDnx9kbJtgGZlij.1
Meeting ID: 892 0713 6835 Passcode: 439823
Approved plans, specifications, addenda, and 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). Contact Builders Exchange of Washington at 425-258-1303 should you require further
assistance.
The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation,
Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted programs of
the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it
will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity
to submit bids in response to this invitation and will not be discriminated against on the grounds
of race, color, national origin, or sex in consideration for an award.
The improvement for which bids will be received is described below:
Construct the 116th Ave SE Sidewalk Project. The work includes but is not limited to: Removing asphalt
pavement; paving with HMA; saw cutting and sealing; installing concrete sidewalk, installing concrete
curb ramps, installing stormwater system, removal and modification of existing stormwater system,
installing rectangular rapid flashing beacon (RRFB) system, installing channelization and all other work
necessary to complete the Work as specified and shown in the Contract Provisions.
Engineer’s Cost Estimate: $1,065,905.00
___________________________
Jason A. Seth, City Clerk
Published:
Daily Journal of Commerce: June 9, 2025 and June 16, 2025
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 3
City of Renton
Contract Provisions for
116th Ave SE Sidewalk
______________________________________________________________________________
II. INFORMATION FOR BIDDERS
INFORMATION AND CHECKLIST FOR BIDDERS
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 4
INFORMATION AND CHECKLIST FOR BIDDERS
The following supplements the information in the Call for Bids:
1. Special Project Information. The Contract Documents, including Standard Specifications, and all
applicable laws and regulations apply to this project. The following items particular to this project are
repeated here for emphasis:
a. Prevailing Wages. This project has does not include federal funding. Therefore, only State
Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of
Advertisement are provided in Appendix A. It is the Bidder’s responsibility to obtain wage
information for any work classifications that are not included.
b. Transportation Improvement Board (TIB) Funding. This project includes TIB funding.
2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request
the explanation or interpretation in writing by the close of business five (5) business days preceding
the bid opening to allow a written reply to reach all prospective Bidders before the submission of their
Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract
will not be binding on the City of Renton.
3. If a bidder has any questions regarding the project, the bidder may either:
• Submit questions in writing to Renton City Hall – Transportation Systems, 1055 S Grady Way,
Renton, WA 98057, Attn: Blake Costa, or
• Submit questions via e-mail: mailto: bcosta@Rentonwa.gov. Put “116th Ave SE Sidewalk” in the
subject line
No other type of inquiry will be accepted.
4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for
oral explanation except as the City of Renton may request further information on particular points.
The bidder shall, upon request, furnish information to the City of Renton as to their financial and
practical ability to satisfactorily perform the work.
5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive
bidder. The total bid amount of all schedules combined will be used to determine the low bidder.
6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities.
7. Payment for this work will be made in cash warrants.
8. Bidders are not required to be in possession of a current City of Renton business license in order to
bid on City projects. However, Contractors and all subcontractors of all tiers must be in possession of
a current City business license while conducting work in the City.
9. Bidding Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the
Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility
of each bidder to ascertain if all the documents listed below and in the Table of Contents are included
INFORMATION AND CHECKLIST FOR BIDDERS
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 5
in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the
Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that
bids are due.
The following documents shall be submitted with the bid.
a. Project Proposal Bid Summary - The form included in these Bid Documents must be used; no
substitute will be accepted.
b. Proposal – The form included in these Bid Documents must be used; no substitute will be
accepted.
c. Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute
will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If
any unit price is left blank, it will be considered no charge for that bid item, regardless of what has
been placed in the extension column.
d. Non-Collusion Declaration – The form included in these Bid Documents must be used; no
substitute will be accepted.
e. Local Agency Subcontractor List - This form is available at
http://wsdot.wa.gov/forms/pdfForms.html
Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT
Form Number and revision date must match the form included in these Bid Documents,
otherwise the Bid may be considered irregular and non-responsive and the Bid may be rejected.
f. Proposal for Incorporating Recycled Materials into the Project – The form included in these Bid
Documents must be used; no substitute will be accepted.
g. Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State
Public Works Contracts – This form is available at
http://wsdot.wa.gov/forms/pdfForms.html
Bidder may download, complete, print and sign the form to include with Bid. The DOT Form,
DOT Form Number and revision date must match the form included in these Bid Documents,
otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected.
h. Proposal Signature Page – The form included in these Bid Documents must be used; no
substitute will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of
the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be
considered irregular and non-responsive and the Bid will be rejected.
i. Proposal Bid Bond to the City of Renton – The form included in these Bid Documents must be
used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney
authorizing such execution must be current and enforceable, be properly executed by the Surety
in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all
necessary corporate seals, signatures, and notaries. Failure to furnish a bid bond, as specified in
INFORMATION AND CHECKLIST FOR BIDDERS
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 6
Section 1-02.7, shall make the bid non-responsive and shall cause the bid to be rejected by the
Contracting Agency.
10. Contract Checklist
The following documents are to be executed by the successful Bidder within 10 calendar days after
the award date.
a. Agreement – The form included in these Bid Documents must be used; no substitute will be
accepted. Two originals shall be executed by the successful Bidder.
b. Contract Bond – The form included in these Bid Documents must be used; no substitute will be
accepted. Two originals shall be executed by the successful Bidder and its surety company. This
bond covers successful completion of all work and payment of all laborers, subcontractors,
suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such
execution must be current and enforceable, be properly executed by the
Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and
include all necessary corporate seals, signatures, and notaries.
c. Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must
be used; no substitute will be accepted.
d. Certificates of Insurance – To be executed by an insurance company acceptable to the City, on
ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The
City of Renton shall be named as “Additional Insured” on the insurance policies as well as the
entities listed in Section 1-07.18(2) of the Special Provisions.
e. Retainage – Refer to Standard Spec Section 1-09.9(1), Retainage.
SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 7
SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 8
(this page intentionally left blank)
SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 9
SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 10
(this page intentionally left blank)
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 11
City of Renton
Contract Provisions for
116th Ave SE Sidewalk
______________________________________________________________________________
III. PROJECT PROPOSAL
PROJECT PROPOSAL BID SUMMARY
Project Name: 116th Ave SE Sidewalk
City Project Number: TRO4104285
City Contract Number: CAG-25-048
Company:
Address:
Telephone Number:
E-mail Address:
Total Bid Amount:
$
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 12
(this page intentionally left blank)
PROPOSAL
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 13
PROPOSAL
116th Avenue SE Sidewalk Project
(SE 160th St to SE 162nd St)
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction
details of the proposed work, has read and thoroughly understands the Contract Documents governing
the work, and the nature of the work, and the method by which payment will be made for said work.
Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these
Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject to
increase or decrease, and hereby proposes to perform all quantities of work as either increased or
decreased in accordance with the Contract Documents.
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of
(check one)
bid bond, or
cashier's check (made payable to the City of Renton), or
postal money order (made payable to the City of Renton),
in an amount equal to five percent (5%) of the Total Bid Amount, is attached hereto.
If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing such
execution must be current and enforceable, be properly executed by the Surety in accordance with the
Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals,
signatures, and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after the
opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her
Bid and furnish a contract bond within a period of ten (10) days from the date at which he or she is notified
that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton,
as set forth in RCW 35A.40.200 and RCW 35.23.352
Bidder hereby agrees to complete the Physical Work in all respects within 50 working days. Contract time
shall begin on the first working day following the Notice to Proceed date.
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 14
(this page intentionally left blank)
SCHEDULE OF PRICES
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 15
SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices
in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be
regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total
amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto. All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1)
and WAC 458-20-171.
% L G , W H P
1 R
: 6 ' 2 7
6 3 ( & ' H V F U L S W L R Q 8 Q L W 4 W \ 8 Q L W 3 U L F H 7 R W D O
0 2 % , / , = $ 7 , 2 1 / 6 / 8 0 3 6 8 0
0 , 1 2 5 & + $ 1 * ( ( 4 $ ' -
5 2 $ ' : $ < 6 8 5 9 ( < , 1 * / 6 / 8 0 3 6 8 0
5 ( & 2 5 ' ' 5 $ : , 1 * 6 0 , 1 % , ' / 6 / 8 0 3 6 8 0
6 3 & & 3 / $ 1 / 6 / 8 0 3 6 8 0
3 5 2 - ( & 7 7 ( 0 3 2 5 $ 5 < 7 5 $ ) ) , & & 2 1 7 5 2 / / 6 / 8 0 3 6 8 0
5 ( 0 2 9 $ / 2 ) 6 7 5 8 & 7 8 5 ( 6 $ 1 ' 2 % 6 7 5 8 & 7 , 2 1 6 / 6 / 8 0 3 6 8 0
$ ' - 8 6 7 ( ; , 6 7 , 1 * 8 7 , / , 7 < 7 2 * 5 $ ' ( ( $ & +
5 2 $ ' : $ < ( ; & $ 9 $ 7 , 2 1 , 1 & / + $ 8 / & <
6 ( / ( & 7 % 2 5 5 2 : , 1 & / + $ 8 / 7 2 1
* 5 $ 9 ( / % 2 5 5 2 : , 1 & / + $ 8 / & <
6 7 5 8 & 7 8 5 ( ( ; & $ 9 $ 7 , 2 1 & / $ 6 6 % , 1 & / + $ 8 / & <
6 + 2 5 , 1 * 2 5 ( ; 7 5 $ ( ; & $ 9 $ 7 , 2 1 & / $ 6 6 % 6 )
& 5 8 6 + ( ' 6 8 5 ) $ & , 1 * % $ 6 ( & 2 8 5 6 ( 7 2 1
& 5 8 6 + ( ' 6 8 5 ) $ & , 1 * 7 2 3 & 2 8 5 6 ( 7 2 1
+ 0 $ & / , 1 3 * + 7 2 1
3 / $ 1 , 1 * % , 7 8 0 , 1 2 8 6 3 $ 9 ( 0 ( 1 7 6 <
3 2 / < 3 5 2 3 < / ( 1 ( 6 7 2 5 0 6 ( : ( 5 3 , 3 ( , 1 ' , $ 0 / )
' 8 & 7 , / ( , 5 2 1 6 7 2 5 0 6 ( : ( 5 3 , 3 ( , 1 ' , $ 0 / )
' 8 & 7 , / ( , 5 2 1 6 7 2 5 0 6 ( : ( 5 3 , 3 ( , 1 ' , $ 0 / )
& , 7 < 2 ) 5 ( 1 7 2 1
7 + $ 9 ( 6 ( 6 , ' ( : $ / . 3 5 2 - ( & 7
SCHEDULE OF PRICES
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 16
% L G , W H P
1 R
: 6 ' 2 7
6 3 ( & ' H V F U L S W L R Q 8 Q L W 4 W \ 8 Q L W 3 U L F H 7 R W D O
& , 7 < 2 ) 5 ( 1 7 2 1
7 + $ 9 ( 6 ( 6 , ' ( : $ / . 3 5 2 - ( & 7
& $ 7 & + % $ 6 , 1 7 < 3 ( ( $ & +
& $ 7 & + % $ 6 , 1 7 < 3 ( , 1 ' , $ 0 ( $ & +
& 2 1 1 ( & 7 , 2 1 7 2 ' 5 $ , 1 $ * ( 6 7 5 8 & 7 8 5 ( ( $ & +
( 5 2 6 , 2 1 & 2 1 7 5 2 / $ 1 ' : $ 7 ( 5 3 2 / / 8 7 , 2 1 3 5 ( 9 ( 1 7 , 2 1 / 6 / 8 0 3 6 8 0
7 2 3 6 2 , / 7 < 3 ( $ 6 <
6 ( ( ' , 1 * ) ( 5 7 , / , = , 1 * $ 1 ' 0 8 / & + , 1 * 6 <
& ( 0 ( 1 7 & 2 1 & 7 5 $ ) ) , & & 8 5 % $ 1 ' * 8 7 7 ( 5 / )
3 2 7 + 2 / , 1 * ( $ & +
& ( 0 ( 1 7 & 2 1 & ' 5 , 9 ( : $ < ( 1 7 5 $ 1 & ( 7 < 3 ( 5 6 <
5 $ , 6 ( ' 3 $ 9 ( 0 ( 1 7 0 $ 5 . ( 5 7 < 3 ( + 8 1 '
& ( 0 ( 1 7 & 2 1 & 6 , ' ( : $ / . 6 <
& ( 0 ( 1 7 & 2 1 & & 8 5 % 5 $ 0 3 7 < 3 ( 3 $ 5 $ / / ( / $ ( $ & +
& ( 0 ( 1 7 & 2 1 & & 8 5 % 5 $ 0 3 7 < 3 ( 3 $ 5 $ / / ( / % ( $ & +
& ( 0 ( 1 7 & 2 1 & & 8 5 % 5 $ 0 3 7 < 3 ( & 2 0 % , 1 $ 7 , 2 1 ( $ & +
& ( 0 ( 1 7 & 2 1 & & 8 5 % 5 $ 0 3 7 < 3 ( 6 , 1 * / ( ' , 5 ( & 7 , 2 1 $ ( $ & +
5 ( / 2 & $ 7 , 2 1 2 ) ( ; , 6 7 , 1 * 0 $ , / % 2 ; # 7 + $ 9 ( 6 ( ( $ & +
5 5 ) % 6 < 6 7 ( 0 # 0 , ' % / 2 & . & 5 2 6 6 , 1 * & 2 0 3 / ( 7 ( / 6 / 8 0 3 6 8 0
5 5 ) % 6 < 6 7 ( 0 # 6 ( 1 ' 6 7 & 2 0 3 / ( 7 ( / 6 / 8 0 3 6 8 0
6 3 $ 5 ( & 2 1 ' 8 , 7 6 < 6 7 ( 0 & 2 0 3 / ( 7 ( / 6 / 8 0 3 6 8 0
6 3 ( ( ' & $ 0 ( 5 $ 6 < 6 7 ( 0 5 ( / 2 & $ 7 , 2 1 & 2 0 3 / ( 7 ( / 6 / 8 0 3 6 8 0
6 2 / $ 5 6 & + 2 2 / = 2 1 ( ) / $ 6 + , 1 * % ( $ & 2 1 5 ( / 2 & $ 7 , 2 1 & 2 0 3 / ( 7 ( / 6 / 8 0 3 6 8 0
3 ( 5 0 $ 1 ( 1 7 6 , * 1 , 1 * / 6 / 8 0 3 6 8 0
3 $ , 1 7 / , 1 ( / )
3 / $ 6 7 , & & 5 2 6 6 : $ / . / , 1 ( 6 )
3 / $ 6 7 , & 6 7 2 3 / , 1 ( / )
5 ( 0 2 9 ( 3 $ 9 ( 0 ( 1 7 0 $ 5 . , 1 * 6 / 6 / 8 0 3 6 8 0
7 2 7 $ /
Non-Collusion Declaration
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 17
NON-COLLUSION DECLARATIONLUSION DECLARATION
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 18
(this page intentionally left blank)
Local Agency Subcontractor List
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 19
LOCAL ANGENCY SUBCONTRACTOR LIST
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 20
(this page intentionally left blank)
Proposal for Incorporating Recycled Materials into the Project
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 21
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 22
(this page intentionally left blank)
Contractor Certification, Wage Law Compliance –
Responsibility Criteria, Washington State Public Works Contracts
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 23
CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE – RESPONSIBILITY CRITERIA,
WASHINGTON STATE PUBLIC WORKS CONTRACTS
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 24
(this page intentionally left blank)
Proposal Signature Page
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 25
PROPOSAL SIGNATURE PAGE
116th Ave SE Sidewalk
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid
Documents:
Addendum No. Date of Receipt
Addendum No.
Date of Receipt
1 3
2 4
NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged.
The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged
all requirements and signed all certificates contained herein.
[Signature of Authorized Official]* [Business Name]
[Printed Name] [Address Line 1]
[Title] [Address Line 2]
[Date] [Telephone Number]
*NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be
submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non -responsive
and the Bid will be rejected.
Note: The address and phone number listed above will be used for all communications regarding this proposal.
Type of business entity (e.g. corporation, partnership, etc.):
_______________________________________________
Proposal Signature Page
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 26
State of Washington, or State where the business entity was formed:
_______________________________________________
WA State Contractor’s Registration #
UBI #
Industrial Insurance Account #
Employment Security Department #
State Excise Tax Registration #
DUNS #
Project #
City Contract #
The Surety Company which will furnish the required Contract Bond is:
[Surety] [Address Line 1]
[Telephone Number] [Address Line 2]
Proposal Bid Bond to the City of Renton
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 27
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder]
of [address) as Principal, and
[Surety] a corporation organized and existing
under the laws of the State of as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full
sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter
described, for the payment of which, well and truly to be made, we bind ourselves and our heirs,
executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these
presents.
The condition of the bond is such, that whereas the Principal herein is herewith submitting his/her or its
sealed proposal for the following public works construction project, to wit:
116th Avenue SE Sidewalk Project
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten (10) days
from and after said award, exclusive of the day of such award, then this obligation shall be null and void,
otherwise it shall remain and be in full force and effect.
IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved
by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid
Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount
of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue
shall be in King County, Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed
this day of , 20
Proposal Bid Bond to the City of Renton
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 28
PRINCIPAL SURETY
[Principal] [Surety]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or Surety Company:
[Name]
[Address Line 1]
[Address Line 2]
[Telephone Number]
Surety WAOIC #
Surety NAIC #
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 29
City of Renton
Contract Provisions for
116th Ave SE Sidewalk
______________________________________________________________________________
IV. AGREEMENT FORMS
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 30
(this page intentionally left blank)
Agreement
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 31
AGREEMENT
CONTRACT NO. CAG-25-048
THIS AGREEMENT, made and entered into this day of , 20
by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter
referred to as “City” and ,
hereinafter referred to as “Contractor.”
WITNESSETH: That in consideration of the terms and conditions contained herein and attached and
made a part of this agreement, the parties hereto covenant and agree as follows:
1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 116th
Ave SE Sidewalk in accordance with and as described in the attached plans and
specifications, and the 2025 Standard Specifications for Road, Bridge, and Municipal
Construction, as prepared by the Washington State Department of Transportation (WSDOT)
and the Washington State Chapter of the American Public Works Association (APWA) which are
by this reference incorporated herein and made part hereof and, shall perform any changes
in the work in accord with the Contract Documents.
The Contractor shall provide and bear the expense of all equipment, work and labor, of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in these Contract Documents except those items
mentioned therein to be furnished by the City.
2. The City hereby promises and agrees with the Contractor to employ, and does employ the
Contractor to provide the materials and to do and cause to be done the above described work
and to complete and furnish the same in accord with the attached plans and specifications
and the terms and conditions herein contained and hereby contracts to pay for the same
according to the attached specifications and the schedule of unit or itemized prices at the
time and in the manner and upon the conditions provided for in this contract
The sum total of all progress payments is not to exceed the Total Bid Amount listed in the
Schedule of Prices incorporated into this contract, unless the Total Bid Amount is amended by
change order(s) prepared and executed in accordance with these Contract Documents.
3. The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors,
and assigns, does hereby agree to full performance of all covenants required of the Contractor
in the contract.
Agreement
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 32
4. It is further provided that no liability shall attach to the City by reason of entering into this
contract, except as provided herein.
5. In the event litigation is commenced to enforce this contract, the prevailing party shall be
entitled to recover its costs, including reasonable attorney’s and expert witness fees.
6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall for
all purposes be deemed and original.
IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below
written and the Mayor has caused this instrument to be executed by and in the name of the City of
Renton the day and year first above written.
CONTRACTOR CITY OF RENTON
[Signature of Authorized Official]* Armondo Pavone, Mayor
[Title] ATTEST
[Business Name] Jason Seth, City Clerk
[Date]
*NOTE: Evidence of the signatory’s authority to sign the Agreement on behalf of the business entity shall
be submitted.
CONTRACTOR ADDRESS FOR GIVING NOTICE CITY OF RENTON ADDRESS FOR GIVING NOTICE
Transportation System Division
Renton City Hall – 5th Floor
1055 South Grady Way
Renton, WA 98057
Contract Bond to the City of Renton
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 33
❖CONTRACT BOND TO THE CITY OF RENTON
Bond No.________________
KNOW ALL MEN BY THESE PRESENTS, That we, [CONTRACTOR/PRINCIPAL]
of [address] as PRINCIPAL , and
[SURETY] a corporation organized and
existing under the laws of the State of as a SURETY corporation, and qualified under
the laws of the State of Washington to become SURETY upon bonds of contractors with municipal
corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton
(CITY/OWNER) in the sum of US Dollars ($_
)
Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs,
successors, assigns, executors, administrators and personal representatives, as the case may be. This
obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City
of Renton.
Dated at , Washington, this day of , 20 .
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-25-048 providing for construction of the 116th Ave SE
Sidewalk; the PRINCIPAL has accepted, or is about to accept, the Contract, and undertake to perform the
Work therein provided for in the manner and within the time set forth.
• The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents,
and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs
for such payments for labor, equipment, and materials by satisfying all claims and demands
incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that
CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct
or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators,
successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to
pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all
persons who shall supply such contractor or subcontractors with provisions and supplies for the
carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure
of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the
employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform
the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and
other design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work
to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract
Bond. SURETY , for value received, hereby waives notice of any change, extension of time,
alteration, or addition to the terms of the Contract or the Work to be performed thereunder and
agrees that modifications and changes to the terms and conditions of the Contract that increase
Contract Bond to the City of Renton
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 34
the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the
SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation.
• This Contract Bond shall be governed and construed by the laws of the State of Washington, and
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
• Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in
the manner and within the time specified as may be extended under the Contract;
• Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the
sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material
suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying
on of such work under the Contract;
• Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles
50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle
under Title 82 RCW or any other law;
• Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly
authorized representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’
duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed
and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[Principal] [Surety]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or Surety Company:
[Name]
[Address Line 1]
[Address Line 2]
[Telephone Number]
Fair Practices and Non-Discrimination
Policy Declaration
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 35
FAIR PRACTICES AND NON-DISCRIMINATION
POLICY DECLARATION
I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United
States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the
Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy,
adopted by Resolution No. 4085.
2. That by signing the signature page of this Agreement, I am deemed to have signed and to
have agreed to the provisions of this declaration.
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285 Contract Provisions Page | 36
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 37
City of Renton
Contract Provisions for
116th Ave SE Sidewalk
______________________________________________________________________________
V. SPECIAL PROVISIONS
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 38
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 39
SPECIAL PROVISIONS
for the
116th Avenue SE Sidewalk Project
(SE 160th St to SE 162nd St)
May 29, 2025
The Special Provisions contained herein have been prepared under the direct supervision of the
undersigned Professional Engineer and are approved for advertisement.
This approval includes all specifications and construction drawings associated with the project.
Prepared by: _ _______
Approved by: _ ______
6 ( 1 1 , 2 $ /
)
(
3
5
2
1
'
, * ( 5
6
( 5 ( 7 6
6
7
$
7
(
2 ) : $ 6 + ,
*
,
1
(
(
5
*
7
2
1
*
(
2
5
* ( - ( ) ) 5 ( < +
,
/
(
1
George Hilen, PE
05
/
29/
2
0
2
5
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 40
INTRODUCTION TO THE SPECIAL PROVISIONS
(January 4, 2024, APWA GSP, Option A)
The work on this project shall be accomplished in accordance with the Standard Specifications for Road,
Bridge and Municipal Construction, 2025 edition, as issued by the Washington State Department of
Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter
(hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by
these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the
Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various sources,
which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either
supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The
deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications
is meant to pertain only to that particular portion of the section, and in no way should it be interpreted
that the balance of the section does not apply.
The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source.
For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(May 1, 2013 Renton GSP) Agency Special Provision
Project specific special provisions are labeled without a date as such:
(*****)
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition,
with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT Manual M21-01, current
edition
• City of Renton Standard Plans
• City of Renton Municipal Code
• 2016 City of Renton Surface Water Design Manual
Contractor shall obtain copies of these publications, at Contractor’s own expense.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 41
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 42
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of ***116th Ave SE Sidewalk*** and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications.
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the
following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible and
responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit
of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions
will be rare and brief, and only minor incidental work, replacement of temporary substitute
facilities, plant establishment periods, or correction or repair remains for the Physical Completion
of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation required by the
Contract and required by law does not necessarily need to be furnished by the Contractor by this
date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required by the
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 43
Contract and required by law must be furnished by the Contractor before establishment of this
date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this section with the following:
All references in the Standard Specifications or WSDOT General Special Provisions, to the terms
“Department of Transportation”, “Washington State Transportation Commission”, “Commission”,
“Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to
read “Contracting Agency”.
All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the
reference is to an administrative agency of the State of Washington, a State statute or regulation, or
the context reasonably indicates otherwise.
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated
location”.
All references to “final contract voucher certification” shall be interpreted to mean the Contracting
Agency form(s) by which final payment is authorized, and final completion and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which
may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid Proposal,
from which the Contracting Agency may make a choice between different methods or material of
construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s)
are required by the Contract Documents, which may be a combination of a Payment Bond and a
Performance Bond.
Contract Documents
See definition for “Contract”.
Contract Time
The period of time established by the terms and conditions of the Contract within which the Work
must be physically completed.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 44
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the Contracting
Agency’s acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing and
directing the Contractor to proceed with the Work and establishing the date on which the Contract
time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian
traffic.
(*****)
Supplement this Section with the following:
All references herein or in the Standard Specifications to “call for Bids” shall refer to the
Advertisement for Bids.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
(January 24, 2011, APWA GSP)
Delete this section and replace it with the following:
1-02.1 Qualifications of Bidder
Before award of a public works contract, a bidder must meet at least the minimum qualifications of
RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works
project.
Add the following new section:
1-02.1(1) Supplemental Qualifications Criteria
(July 31, 2017 APWA GSP)
In addition, the Contracting Agency has established Contracting Agency-specific and/or project-
specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining Bidder
responsibility, including the basis for evaluation and the deadline for appealing a determination that
a Bidder is not responsible. These criteria are contained in Section 1-02.14 Option C of these Special
Provisions.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 45
1-02.2 Plans and Specifications
(June 27, 2011, APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the Call for
Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at no cost as
detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11" x 17") 5 Furnished automatically upon award.
Contract Provisions 5 Furnished automatically upon award.
Large plans (e.g., 22" x 34") 1 Furnished only upon request.
Additional plans and Contract Provisions may be obtained by the Contractor from the source stated
in the Call for Bids, at the Contractor’s own expense.
1-02.4 Examination of Plans, Specifications, and Site of Work
1-02.4(1) General
(December 30, 2022, APWA GSP, Option A)
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is revised to
read:
Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request
the explanation or interpretation in writing soon enough to allow a written reply to reach all
prospective Bidders before the submission of their Bids.
1-02.5 Proposal Forms
(November 25, 2024, APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will also list
estimated quantities, units of measurement, the items of work, and the materials to be furnished at
the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not
limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address,
telephone number, and signature; the bidder’s DBE commitment, if applicable; a State of
Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids
shall be in legible figures (not words) written in ink or typed and expressed in U.S. dollars. The
required certifications are included as part of the Proposal Form.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 46
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the Proposal Form unless otherwise specified.
1-02.6 Preparation of Proposal
(November 25, 2024, APWA GSP Option B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum price must
equal or exceed the minimum amount stated.
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance
form, provided by the Contracting Agency. Failure to return this certification as part of the Bid
Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification
of Wage Law Compliance form is included in the Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
(or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name and signed by a partner.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of the
joint venture.
(November 25, 2024 APWA GSP 1-02.6, Option C)
The fourth paragraph of Section 1-02.6 is revised to read:
The Bidder shall submit with the Bid the completed Subcontractor List included in the Contracting
Agency Proposal Package. If a Subcontractor List Form is not included in the package, use DOT Form
271-015LP. The Form shall contain the following:
1. Subcontractors who will perform the work of structural steel installation, rebar installation,
heating, ventilation, air conditioning, and plumbing as described in RCW 18.106 and electrical
as described in RCW 19.28,
2. The Work those subcontractors will perform on the Contract as described in RCW 39.30.060;
and
3. No more than one subcontractor for each category of work identified, except, when
subcontractors vary with Bid alternates, in which case the Bidder shall identify which
subcontractor will be used for which alternate.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 47
Add the following new section:
1-02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the
project, using the form provided in the Contract Provisions.
1-02.7 Bid Deposit
(March 8, 2013, APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the
title of the person must accompany the said signature;
6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the Contract
Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(*****)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as
stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise
required in the Bid Documents, to ensure proper handling and delivery.
Proposals that are received as required will be publicly opened and read as specified in Section 1-
02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the
time specified in the Advertisement for Bids for receipt of Bid Proposals, or received in a location
other than that specified in the Advertisement for Bids.
If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency
so that Proposals cannot be received at the office designated for receipt of bids as specified in Section
1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time
of day specified in the solicitation on the first work day on which the normal work processes of the
Contracting Agency resume.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 48
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise,
or supplement it if:
1. The Bidder submits a written request signed by an authorized person and physically delivers
it to the place designated for receipt of Bid Proposals, and
2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals,
and
3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency
before the time set for receipt of Bid Proposals.
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time
set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to
the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the
Bidder does not submit a revised or supplemented package, then its bid shall be considered
withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the
Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise,
or supplement a Bid Proposal are not acceptable.
1-02.12 Public Opening of Proposals
(*****)
Supplement Section 1-02.12 with the following:
The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due
and the bid opening. Notification to all bidders of any change will be by addenda.
1-02.13 Irregular Proposals
(******)
Delete this section and replace it with the following:
1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is altered;
c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or
conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the
Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
h. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit in an amount
equal to five percent (5%) of the Total Bid Amount, as required in Section 1 02.7;
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 49
i. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or
properly execute the Proposal Bid Bond form included in the Bid Documents, as required in
Section 1-02.7;
j. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in
Section 1-02.6;
k. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled
Materials into the Project document, as required in Section 1-02.6(1).
l. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law
Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as
required in Section 1-02.6(2).
m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms
of the Bid invitation; or
n. More than one proposal is submitted for the same project from a Bidder under the same or
different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the amount of a
reasonable Bid) to the potential detriment of the Contracting Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership submit
Proposals for the same project (in such an instance, both Bids may be rejected); or
e. If Proposal form entries are not made in ink.
3. A Proposal will be considered irregular and may be rejected if:
a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the
Bid Proposal on behalf of the business entity, as required in Section 1-02.6.
1-02.14 Disqualification Of Bidders
(May 17, 2018 APWA GSP, Option A)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended.
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria
in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to
request documentation as needed from the Bidder and third parties concerning the Bidder’s
compliance with the mandatory bidder responsibility criteria.
If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility
criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this
determination, it may appeal the determination within two (2) business days of the Contracting
Agency’s determination by presenting its appeal and any additional information to the Contracting
Agency. The Contracting Agency will consider the appeal and any additional information before
issuing its final determination. If the final determination affirms that the Bidder is not responsible,
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 50
the Contracting Agency will not execute a contract with any other Bidder until at least two business
days after the Bidder determined to be not responsible has received the Contracting Agency’s final
determination.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for correctness of
extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit
and the extended amount of any bid item, the price per unit will control. If a minimum bid amount
has been established for any item and the bidder’s unit or lump sum price is less than the minimum
specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the
minimum specified amount and recalculate the extension. The total of extensions, corrected where
necessary, including sales taxes where applicable and such additives and/or alternates as selected by
the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the
Awarded Contract Price amount and the amount of the contract bond.
1-03.1(1) Identical Bid Totals
(December 30, 2022 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker
will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled
materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also
exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of
paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The
slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by
the name of the firm as registered with the Washington State Department of Licensing. The slips shall
be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder
and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly
equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly
equal to the highest proposed recycled materials amount, are eligible to draw.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 51
1-03.3 Execution of Contract
(July 8, 2024 APWA GSP, Option A)
Revise this section to read:
Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful
Bidder shall provide the information necessary to execute the Contract to the Contracting Agency.
The Bidder shall send the contact information, including the full name, email address, and phone
number, for the authorized signer and bonding agent to the Contracting Agency.
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for
signature by the successful bidder on the first business day following award. The number of copies to
be executed by the Contractor will be determined by the Contracting Agency.
Within ten (10) calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, a
satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the
Construction Stormwater General Permit with sections I, III, and VIII completed when provided.
Before execution of the contract by the Contracting Agency, the successful bidder shall provide any
pre-award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency-furnished sites. The
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within the calendar days after the award date stated above, the Contracting Agency may
grant up to a maximum of zero (0) additional calendar days for return of the documents, provided the
Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the full contract
amount. The bond may be a combined payment and performance bond; or be separate payment and
performance bonds. In the case of separate payment and performance bonds, each shall be for the
full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published
by the Office of the Insurance Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations, duties, and
conditions under the Contract, including but not limited to the duty and obligation to
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 52
indemnify, defend, and protect the Contracting Agency against all losses and claims related
directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors
of the Contractor) to faithfully perform and comply with all contract obligations,
conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor)
to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person,
or any other person who provides supplies or provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project
under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond;
and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the
president or vice president, unless accompanied by written proof of the authority of the
individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice president).
1-03.7 Judicial Review
(December 30, 2022 APWA GSP)
Revise this Section to read:
All decisions made by the Contracting Agency regarding the Award and execution of the Contract or
Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington
Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting
Agency headquarters is located, provided that where an action is asserted against a county, RCW
36.01.050 shall control venue and jurisdiction.
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Standard Specifications,
6. Contracting Agency’s Standard Plans or Details (if any), and
7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 53
1-04.4 Changes
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-04.4(1) Minor Changes
(May 30, 2019 APWA GSP)
Delete the first paragraph and replace it with the following:
Payments or credits for changes amounting to $25,000 or less may be made under the Bid item “Minor
Change”. At the discretion of the Contracting Agency, this procedure for Minor Changes may be used
in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor Change” work
will be within the scope of the Contract Work and will not change Contract Time.
Add the following new section:
1-04.12 Contractor-Discovered Discrepancies (New Section)
(*****)
Upon receipt of award of Contract, Contractor shall carefully study and compare all the components
of the Contract Documents and other instructions, and check and verify all field measurements.
Contractor shall, prior to ordering material or performing work, report in writing to Engineer any error,
inconsistency, or omission in respect to design or mode of construction, which is discovered. If
Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to design or mode of construction in the Plans or in the layout as given
by points and instructions, it shall be Contractor’s duty to inform Engineer immediately in writing, and
Engineer will promptly check the same. Any work done after such discovery, until correction of Plans
or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at
Contractor’s risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the
Standard Specifications.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviations From Plans and Stakes
(January 13, 2021 WSDOT GSP, Option 2)
Section 1-05.4 is supplemented with the following:
Contractor Surveying - Roadway
The Contracting Agency has provided primary survey control in the Plans.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope
stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving,
channelization and pavement marking, illumination and signals, guardrails and barriers, and signing.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 54
Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying,
and measuring required for setting and maintaining the necessary lines and grades shall be the
Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not identified
in the Plans and construction activity may disturb or damage the monuments. All monuments noted
on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced
at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed on each
shift, the methods utilized, and the control points used. The record shall be adequate to allow the
survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three
working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying
and Associated Terms" current edition, published by the American Congress on Surveying and
Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and
expand into secondary control by adding stakes and hubs as well as additional survey
control needed for the project. Provide descriptions of secondary control to the
Contracting Agency. The description shall include coordinates and elevations of all
secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline
or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the
alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate points not
more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of
a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet
apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS)
Machine Controls are used to provide grade control, then slope stakes may be omitted at
the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing offset stakes
to all drainage structures and to pipes at a horizontal interval not greater than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at
the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal
intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius
less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10
feet. Transversely, stakes shall be placed at all locations where the roadway slope changes
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 55
and at additional points such that the transverse spacing of stakes is not more than 12 feet.
If GPS Machine Controls are used to provide grade control, then roadbed and surfacing
stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout the
project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying
to establish location and elevation of paving pins as they are being placed.
9. For all other types of construction included in this provision, (including but not limited to
channelization and pavement marking, illumination and signals, guardrails and barriers,
and signing) provide staking and layout as necessary to adequately locate, construct, and
check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway sections
shown in the Contract Plans in order to achieve proper smoothness and drainage where
matching into existing features, such as a smooth transition from new pavement to existing
pavement. The Contractor shall submit these changes to the Engineer for review and
approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and staking data when
requested by the Engineer.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes 0.10 feet 0.10 feet
Subgrade grade stakes set
0.04 feet below grade 0.01 feet 0.5 feet
(parallel to alignment)
0.1 feet
(normal to alignment)
Stationing on roadway N/A 0.1 feet
Alignment on roadway N/A 0.04 feet
Surfacing grade stakes 0.01 feet 0.5 feet
(parallel to alignment)
0.1 feet
(normal to alignment)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 56
Roadway paving pins for
surfacing or paving 0.01 feet 0.2 feet
(parallel to alignment)
0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not
change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform independent checks
from different secondary control to ensure that the points staked are within the specified survey
accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these
coordinates prior to issuing approval to the Contractor for commencing with the work. The
Contracting Agency will require up to seven calendar days from the date the data is received.
Contract work to be performed using contractor-provided stakes shall not begin until the stakes are
approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility
for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are
not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting
Agency as ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment,
materials, and supervision utilized to perform the Work specified, including any resurveying, checking,
correction of errors, replacement of missing or damaged stakes, and coordination efforts.
(*****)
Supplement this section with the following new subsection:
1-05.4(1) Monuments
The Contractor shall work to preserve the existing monumentation as provided in RCW 58.09.130 and
WAC 332-120. The Contractor shall notify the Engineer immediately if it becomes apparent that a
survey marker will be disturbed due to construction. The Contractor shall allow ample time for the
Engineer to acquire adequate information so that the monument may be replaced in its original
position after construction.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 57
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a written
notice from the Engineer, or fails to perform any part of the work required by the Contract
Documents, the Engineer may correct and remedy such work as may be identified in the written
notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem
necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be
an emergency situation, the Engineer may have the defective and unauthorized work corrected
immediately, have the rejected work removed and replaced, or have work the Contractor refuses to
perform completed by using Contracting Agency or other forces. An emergency situation is any
situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or
might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by
the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s
unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency’s rights provided by
this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s
right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s
failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005, APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s
request shall list the specific items of work that remain to be completed in order to reach physical
completion. The Engineer will schedule an inspection of the work with the Contractor to determine
the status of completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 58
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set
the Substantial Completion Date. If, after this inspection the Engineer does not consider the work
substantially complete and ready for its intended use, the Engineer will, by written notice, so notify
the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, the
Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer
will set a date for final inspection. The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor in writing of all particulars in which the final inspection
reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written
notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever
steps are necessary to correct those deficiencies pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer’s right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency,
in writing, of the date upon which the work was considered physically complete. That date shall
constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work
or that all the obligations of the Contractor under the contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and
operable system. Therefore when the work involves the installation of machinery or other mechanical
equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or
other similar work it may be desirable for the Engineer to have the Contractor operate and test the
work for a period of time after final inspection but prior to the physical completion date. Whenever
items of work are listed in the Contract Provisions for operational testing they shall be fully tested
under operating conditions for the time period specified to ensure their acceptability prior to the
Physical Completion Date. During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first class operating
condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 59
this period shall be tested under the observation of the Engineer, so that the Engineer may determine
their suitability for the purpose for which they were installed. The Physical Completion Date cannot
be established until testing and corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system being
tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s
guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented with the following:
(March 13, 1995 WSDOT GSP)
Other Contracts Or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will be
performed by others during the course of this project and will require coordination of the work:
Modifications to underground communications cables by Zayo
Modifications to underground gas by Puget Sound Energy
Relocation of existing fire hydrants by Soos Creek Water and Sewer District
(*****)
All coordination required between the work to be accomplished by these entities and that performed
by the Contractor shall be the responsibility of the Contractor, and all costs associated therewith shall
be included in the Bid items in the Proposal.
1-05.15 Method of Serving Notices
(January 4, 2024 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be served and directed to the Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of dispute,
or other correspondence constituting notification required to be furnished under the Contract, must
be written in paper format, hand delivered or sent via certified mail delivery service with return
receipt requested to the Engineer's office. Electronic copies such as e-mails or electronically delivered
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 60
copies of correspondence will not constitute such notice and will not comply with the requirements
of the Contract.
Add the following new Sections:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements and shall bear the costs for power and water
necessary for the performance of the work, unless the contract includes power and water as a
pay item.
1-05.18 Record Drawings
(March 8, 2013, APWA GSP)
The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear
and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of
information that a change in Work has occurred. The Contractor shall not conceal any work until
the required information is recorded.
This Record Drawing set shall be used for this purpose alone, shall be kept separate from other
Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept
on site at the Contractor’s field office, and shall be available for review by the Contracting Agency
at all times. The Contractor shall bring the Record Drawings to each progress meeting for review.
The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single,
experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy,
clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the
computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings
for the Contracting Agency without further investigative effort by the Contracting Agency.
The Record Drawing markups shall document all changes in the Work, both concealed and visible.
Items that must be shown on the markups include but are not limited to:
• Actual dimensions, arrangement, and materials used when different than shown in the
Plans.
• Changes made by Change Order or Field Order.
• Changes made by the Contractor.
• Accurate locations of storm sewer, sanitary sewer, water mains and other water
appurtenances, structures, conduits, light standards, vaults, width of roadways,
sidewalks, landscaping areas, building footprints, channelization and pavement markings,
etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.).
If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting
Agency will provide the elevations at the tolerances the Contracting Agency requires for the
Record Drawings.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 61
When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance
limits include, but are not limited to the following:
Vertical Horizontal
As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot
As-built monumentation ± 0.001 foot ± 0.001 foot
As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot
As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot
As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot
As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot
As-built signs, signals, etc. N/A ± 0.10 foot
Making Entries on the Record Drawings:
• Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming
to the following color code:
Additions: Red
Deletions: Green
Comments: Blue
Dimensions: Graphite
• Provide the applicable reference for all entries, such as the change order number, the
request for information (RFI) number, or the approved shop drawing number.
• Date all entries.
• Clearly identify all items in the entry with notes similar to those in the Contract Drawings
(such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).
The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction
of built conditions, and in conformance with the requirements detailed above. The Contractor
shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of
the Record Drawings is one of the requirements for achieving Physical Completion.
Payment will be made for the following bid item:
“Record Drawings (Min Bid $1000)”, per lump sum.
Payment for this item will be made on a prorated monthly basis for work completed in accordance
with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid
upon submittal and approval of the completed Record Drawings set prepared in conformance
with these Special Provisions.
A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must
bid at least that amount.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 62
1-06 Control of Material
1-06.1 Approval of Materials Prior to Use
1-06.1(2) Request for Approval of Materials (RAM)
(*****)
Supplement this section with the following:
The Engineer will require up to 7 calendar days from the date each RAM is submitted until it is
returned to the Contractor. The Contractor shall not proceed with the Work represented by the
RAM until comments from the Engineer have been addressed.
1-06.1(4) Fabrication Inspection Expense
(April 22, 2025, APWA GSP)
Section 1-06.1(4) is revised to read:
The Contracting agency will not deduct from monies due to the Contractor, Contracting Agency
expenses for plant approval and fabrication acceptance inspection.
Items requiring plant approval and fabrication inspection are listed in Table 1.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 63
Table 1 Items Requiring Plant Approval and Fabrication Acceptance Inspection
Anchor Bolts (ASTM A449 & F1554
Grade 105)
Anchor Cables and Components
Bridge Bearings (Cylindrical, Disc, Fabric
Pad, Low Rise, Pin, Pendulum, and
Spherical)
Cattle Guards
Coated Piling and Casing
Epoxy-Coated Reinforcing Steel
Fabricated/Welded Miscellaneous Metal
Drainage Items: Grate Inlets, and Drop
Inlets
Longitudinal Seismic Restrainers
Metal Bridge Railing and Handrail
Metal Castings for Concrete Drainage,
electrical, and Utility Items
Modular Expansion Joints
Paint & Powder Coating Facilities for
Table 1 items
Precast Concrete Bridge Deck Panels
Precast Concrete Catch Basins, Manholes,
Inlets, Drywells, and Risers
Precast Culvert, Storm Sewer, and
Sanitary Sewer Pipe
Precast Concrete Floor Panels
Precast Concrete Junction Boxes, Pull
Boxes, Cable Vaults
Precast Concrete Marine Pier Deck Panels
Precast Concrete Pier Caps
Precast Concrete Retaining Walls,
including Lagging Panels
Precast Concrete Roof Panels
Precast Concrete Structural Earth Walls,
Noise Barrier Walls, Wall Panels, and
Wall Stem Panels
Precast Concrete Traffic Barrier
Precast Concrete Vaults (Electrical, Utility,
Drainage, etc.)
Precast Concrete Girders and Precast
Bridge Components
Prestressed Concrete Girders
Prestressed Concrete Panels
Precast Reinforced Concrete Box
Structures
Precast Reinforced Concrete Split Box
Structures
Precast Reinforced Concrete Three Sided
Structures
Prestressed Concrete Piles
Retrofit Guardrail Posts with Welded
Base Plates
Signal Standards
Signing Material
Sign Structures – Cantilever, Sign Bridge,
and Bridge Mounted, Roadside Type
PLT/PLU
Soldier Piles
Steel Bridges and Steel Bridge
Components
Steel Column Jackets
Steel Light Standards, and High Mast
Light Poles
Strip Seal Expansion Joints
Structural Steel for Ferry Terminal
Berthing, Pedestrian and Vehicle
Loading Structures
Timber Bridges
Treated Timber and Lumber 6 inch by 6
inch or larger
Welded Structural Steel (Miscellaneous)
Initial plant inspections are required as follows in Table 2.
Table 2 Items Requiring Initial Plant Approval Only
Epoxy Coating of Dowels and Tiebars for
Concrete Pavement
Guardrail Posts and Blocks
Precast Concrete Blocks for Structural
Earth Walls
Steel Pipe Piling
1-06.6 Recycled Materials
(January 4, 2016, APWA GSP)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 64
Delete this section including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction of the
project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were
utilized in the construction of the project for each of the items listed in Section 9 -03.21. The report
shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other
recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the
supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials
Reporting.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws To Be Observed
(October 1, 2005, APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the project site,
all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and
make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s
care, persons, including employees, who may have been injured on the project site. Employees should
not be permitted to work on the project site before the Contractor has established and made known
procedures for removal of injured persons to a hospital or a doctor’s care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure,
or improper maintenance, use, or operation. The Contractor shall be solely and completely
responsible for the conditions of the project site, including safety for all persons and property in the
performance of the work. This requirement shall apply continuously, and not be limited to normal
working hours. The required or implied duty of the Engineer to conduct construction review of the
Contractor’s performance does not, and shall not, be intended to include review and adequacy of the
Contractor’s safety measures in, on, or near the project site.
1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011, APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 65
the Washington State Department of Revenue for answers to questions in this area. The Contracting
Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts.
In some cases, however, state retail sales tax will not be included. Section 1 -07.2(2) describes this
exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if a
FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of
Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The
Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may
owe the Washington State Department of Revenue, whether the amount owed relates to this contract
or not. Any amount so deducted will be paid into the proper State fund.
1-07.2(1) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc.,
which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such cases, the Contractor
shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract
amounts, including those that the Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This includes, but is not limited to, the construction
of streets, roads, highways, etc., owned by the state of Washington; water mains and their
appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal
systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical
power distribution lines, or other conduits or lines in or above streets or roads, unless such power
lines become a part of a street or road lighting system; and installing or attaching of any article of
tangible personal property in or to real property, whether or not such personal property becomes a
part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax
in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
or in any other contract amount.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 66
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly
for professional or other services (as defined in Washington State Department of Revenue Rules 138
and 244).
1-07.6 Permits and Licenses
(*****)
Section 1-07.6 is supplemented with the following:
The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the
permit(s) is attached in Appendix C for informational purposes. All contacts with the permitting
agency concerning the below-listed permit(s) shall be through the Engineer. The Contractor shall
obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be
included in the applicable bid items for the work involved. Copies of these permits are required to be
on-site at all times.
• Right of Way Permit
1-07.7 Load Limits
Section 1-07.7 is supplemented with the following:
(March 13, 1995 WSDOT GSP)
If the sources of materials provided by the Contractor necessitates hauling over roads other than State
Highways, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the
haul routes.
1-07.13 Contractor’s Responsibility for Work
1-07.13(4) Repair of Damage
(*****)
Delete section 1-07.13(4) and replace with the following:
The Contractor shall promptly repair all damage to either temporary or permanent work as directed
by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3),
payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged
work only. No payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Property
1-07.16(2) Vegetation Protection and Restoration
Supplement this section with the following:
(August 2, 2010 WSDOT GSP)
Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot
radius for each inch of trunk diameter at breast height.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 67
Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to
twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the
diameter of the plant as measured from the outer edge of the plant.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented with the following:
(April 2, 2007 WSDOT GSP, Option 1)
Locations and dimensions shown in the Plans for existing facilities are in accordance with available
information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or suspected of having
facilities within the project limits are supplied for the Contractor's convenience:
*** Water – Seattle Public Utilities 206-386-1800
Water and Sewer – Soos Creek Water and Sewer District, 235-630-9900
Gas – Puget Sound Energy, 425-456-2384
Gas – Williams NW Pipeline, 425-868-1010
Phone – Centurylink, 253-377-8850
Cable – Comcast, 253-904-5899
Power – Puget Sound Energy, 425-456-2384
Fiber – Zayo Bandwidth, 800-840-7533
Utilities – City of Renton Public Works, 425-430-7241 ***
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2024 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of
not less than A-: VII and licensed to do business in the State of Washington. The Contracting
Agency reserves the right to approve or reject the insurance provided, based on the insurer’s
financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor’s Work through the term of the Contract and for thirty (30)
days after the Physical Completion date, unless otherwise indicated below.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 68
C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all
subsequent renewals, shall be no later than the effective date of this Contract. The policy
shall state that coverage is claims made and state the retroactive date. Claims-made form
coverage shall be maintained by the Contractor for a minimum of 36 months following the
Completion Date or earlier termination of this Contract, and the Contractor shall annually
provide the Contracting Agency with proof of renewal. If renewal of the claims made form of
coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an
extended reporting period (“tail”) or execute another form of guarantee acceptable to the
Contracting Agency to assure financial responsibility for liability for services performed.
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella
Liability insurance policies shall be primary and non-contributory insurance as respects the
Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance,
self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be
excess of the Contractor’s insurance and shall not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with written
notice of any policy cancellation, within two business days of their receipt of such notice.
F. The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five
business days’ notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all premiums
in connection therewith, with any sums so expended to be repaid to the Contracting Agency
on demand, or at the sole discretion of the Contracting Agency, offset against funds due the
Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the
Contract and no additional payment will be made.
I. Under no circumstances shall a wrap up policy be obtained, for either initiating or maintaining
coverage, to satisfy insurance requirements for any policy required under this Section. A
“wrap up policy” is defined as an insurance agreement or arrangement under which all the
parties working on a specified or designated project are insured under one policy for liability
arising out of that specified or designated project.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional Liability and
Builder’s Risk (if required by this Contract) shall name the following listed entities as additional
insured(s) using the forms or endorsements required herein:
• the Contracting Agency and its officers, elected officials, employees, agents, and volunteers
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 69
• Shea Car & Jewell, Inc. and their subconsultants
The above-listed entities shall be additional insured(s) for the full available limits of liability maintained
by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than
those required by this Contract, and irrespective of whether the Certificate of Insurance provided by
the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured endorsements
shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for
completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage that
complies with all applicable requirements of the Contractor-provided insurance as set forth herein,
except the Contractor shall have sole responsibility for determining the limits of coverage required to
be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as
additional insureds, and provide proof of such on the policies as required by that section as detailed
in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations
and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency
evidence of insurance and copies of the additional insured endorsements of each subcontractor of
every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements
for each policy of insurance meeting the requirements set forth herein when the Contractor delivers
the signed Contract for the work. Failure of Contracting Agency to demand such verification of
coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency
from the insurance documentation provided shall not be construed as a waiver of Contractor’s
obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit
a copy of any blanket additional insured clause from its policies instead of a separate
endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these
requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full
and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 70
full and certified copy of that policy is required when the Contractor delivers the signed Contract for
the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s
maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed
to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit
the Contracting Agency’s recourse to any remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval by the
Contracting Agency. The cost of any claim payments falling within the deductible or self-insured
retention shall be the responsibility of the Contractor. In the event an additional insured incurs a
liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured
retention shall be the responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO
occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop
gap liability, independent contractors, products-completed operations, personal and advertising
injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising
from explosion, collapse or underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project general
aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s
completed operations for at least three years following Substantial Completion of the Work.
Such policy must provide the following minimum limits:
$2,000,000 Each Occurrence
$3,000,000 General Aggregate
$3,000,000 Products & Completed Operations Aggregate
$2,000,000 Personal & Advertising Injury each offence
$2,000,000 Stop Gap / Employers’ Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written
on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of
pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 71
1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial
Insurance laws of the State of Washington.
1-07.23 Public Convenience And Safety
1-07.23(1) Construction Under Traffic
(*****)
Section 1-07.23(1) is supplemented with the following:
Work Zone
The Contractor shall clean the work zone and reopen the roadway at the end of the work day unless
otherwise permitted in the Contract Documents or approved by the Engineer. All open trenches shall
be protected with steel plates overnight. Steel plates used for trench protection shall be secured to
the roadway. All trenches shall be temporary patched or steel plated and in a clean and orderly
condition from the time the contractor stops work until work resumes. Any traffic detours shall be
maintained in accordance with the approved traffic control plan.
Use of Cold Patch Asphalt
There shall be no temporary cold patch material used within pedestrian circulation areas unless
approved prior to use by the Engineer.
Project Driveways Access
The Contractor shall ensure that all driveway accesses affected by construction are fully reopened to
traffic within 3 calendar days after concrete placement. The Contractor shall coordinate work
accordingly to meet this reopening requirement.
The Contractor shall coordinate all driveway work with affected residents and businesses. Driveway
access shall be maintained to the maximum extent feasible. Only one-half of a driveway may be closed
at a time unless:
1. The property has more than one driveway and at least one remains open, or
2. The affected resident or business provides written approval allowing full closure of the
driveway. The Contractor shall provide a minimum of 7 days notice to the Engineer and
the property owner prior to starting driveway construction that impacts access. No
driveway shall be closed without prior coordination and approval from the Engineer.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 72
Section 1-07.23(1) is supplemented with the following:
(Renton GSP)
Lane closures are subject to the following restrictions:
The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the
Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is
alerted that no work affecting traffic operations (including work in clear zones) will be performed
until the TCP is approved.
The TCP Submittal shall also include necessary phasing and sequencing diagrams to clarify the
proposed order of work and work zones. Sample sequencing and Construction Channelization
Plans are included in the Contract Documents which may be used as a basis for this submittal.
However, Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the
Contractor.
If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may
adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in
the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday, or Monday are considered
a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday.
3. After *** 2:00 p.m. *** on the day prior to a holiday or holiday weekend, and
4. Before *** 7:00 a.m. *** on the day after the holiday or holiday weekend.
Additional Requirements
1. The Contractor shall provide a minimum of ten (10) days’ notice of closures utilizing Portable
Changeable Message Signs at the closure location.
2. The Contractor, at his or her sole expense, may seek approval for extended or modified
working hours. Such Plans must be approved by the Contracting Agency.
3. The existing lighting system shall remain operational until the new system is functioning. The
Engineer may approve partial interruptions required because of staging.
4. Existing pedestrian access shall be maintained and the work, with the least possible
inconvenience or delay, shall be limited to one corner at a time.
1-07.24 Rights Of Way
(April 22, 2025, APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the
Plans. The Contractor’s construction activities shall be confined within these limits unless
arrangements for use of private property are made as described below.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 73
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this
are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued
Addendum.
Whenever any of the work is accomplished on or through property other than public Right of Way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements may be included in the Contract Provisions or made available to the Contractor as soon
as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are
so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where
right of way, easements or rights of entry have not been acquired until the Engineer certifies to the
Contractor that the right of way or easement is available or that the right of entry has been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours’ notice prior to entry by the Contractor. This includes
entry onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this contract. The statement shall be signed by the private property
owner, or proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been obtained or, in
the case of a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address, and date of signature. Written releases must be
filed with the Engineer before the Completion Date will be established.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 74
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1-08.0(1) Preconstruction Conference
(July 8, 2024, APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held between the
Contractor, the Engineer and such other interested parties as may be invited. The purpose of the
preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by the
work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To review DBE Requirements, Training Plans, and Apprenticeship Plans, when applicable.
5. To establish normal working hours for the work;
6. To review safety standards and traffic control; and
7. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
Add the following new section:
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Engineer, the normal working
hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m.
Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal
working hours stated above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract shall be established
at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions (such as noise
ordinances).
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 75
If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a
written request to the Engineer for consideration. This request shall state what hours are being
requested, and why. Requests shall be submitted for review no later than 7 calendar days prior to the
day(s) the Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be subject to certain other
conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency
for the costs in excess of straight-time costs for Contracting Agency representatives who
worked during such times. (The Engineer may require designated representatives to be
present during the work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the Contracting Agency’s
material testing lab; inspectors; and other Contracting Agency employees or third party
consultants when, in the opinion of the Engineer, such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as working days with
regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to contract time even
though the multiple shifts occur in a single 24-hour period.
4. If a 4-10 work schedule is requested and approved the non working day for the week will be
charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded
properly on certified payroll
1-08.1(8)B Clauses Required in Subcontracts of All Tiers
(November 25, 2024 APWA GSP)
Delete item 8 of the second paragraph of Section 1-08.1(8)B.
1-08.3 Progress Schedule
1-08.3(2) Progress Schedule Types
1-08.3(2)A Type A Progress Schedule
(December 30, 2022 APWA GSP)
Revise this section to read:
The Contractor shall submit four (4) copies of a Type A Progress Schedule no later than at the
preconstruction conference, or some other mutually agreed upon submittal time. The schedule may
be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless
of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type
A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of
receiving the submittal.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 76
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall
not commence with the work until the Notice to Proceed has been given by the Engineer. The
Contractor shall commence construction activities on the project site within ten days of the Notice to
Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work
to the physical completion date within the time specified in the contract. Voluntary shutdown or
slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility fencing to
delineate all areas for protection or restoration, as described in the Contract. Installation of high
visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and
traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor
shall request the Engineer to inspect the fence. No other work shall be performed on the site until
the Contracting Agency has accepted the installation of high visibility fencing, as described in the
Contract.
1-08.5 Time for Completion
(November 25, 2024 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is physically
complete. If substantial completion has been granted and all the authorized working days have been
used, charging of working days will cease. Each week the Engineer will provide the Contractor a
statement that shows the number of working days: (1) charged to the contract the week before; (2)
specified for the physical completion of the contract; and (3) remaining for the physical completion of
the contract. The statement will also show the nonworking days and all partial or whole days the
Engineer declares as unworkable The statement will be identified as a Written Determination by the
Engineer. If the Contractor does not agree with the Written Determination of working days, the
Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow
the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement
as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule)
and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working
day then the fifth day of that week will be charged as a working day whether or not the Contractor
works on that day.
Revise the sixth paragraph to read:
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 77
The Engineer will give the Contractor written notice of the completion date of the contract after all
the Contractor’s obligations under the contract have been performed by the Contractor. The following
events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by law, to
allow the Contracting Agency to process final acceptance of the contract. The following
documents must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports in DMCS of the amounts paid including the final payment confirmation
to all firms required by Section 1-08.1(7)A if applicable
d. Final Contract Voucher Certification
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all
Subcontractors
f. A copy of the Notice of Termination sent to the Washington State Department of Ecology
(Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of
Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This
requirement will not apply if the Construction Stormwater General Permit is transferred
back to the Contracting Agency in accordance with Section 8-01.3(16).
g. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented with the following:
(March 13, 1995, WSDOT GSP)
This Project shall be physically completed within 50 working days after Notice to Proceed.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented with the following:
(February 6, 2023 WSDOT GSP, Option 2)
Contract time may be suspended for procurement of critical materials (Procurement Suspension). In
order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after
execution by the Contracting Agency, place purchase orders for all materials deemed critical by the
Contracting Agency for physical completion of the contract. The Contractor shall provide copies of
purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date
and estimated delivery dates for such critical material.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 78
The Contractor shall show procurement of the materials listed below as activities in the Progress
Schedule. If the approved Progress Schedule indicates that the materials procurement are critical
activities, and if the Contractor has provided documentation that purchase orders are placed for the
critical materials within the prescribed 21 calendar days, then contract time will be suspended upon
physical completion of all critical work except that work dependent upon the below listed critical
materials:
***
• Rectangular Rapid Flashing Beacon System
***
Charging of contract time will resume upon delivery of the critical materials to the Contractor or
*** 120 *** calendar days after execution by the Contracting Agency, whichever occurs first.
1-08.9 Liquidated Damages
(March 3, 2021, APWA GSP, Option B)
Revise the second and third paragraphs to read:
Accordingly, the Contractor agrees:
1. To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any money due or
coming due to the Contractor.
Liquidated Damages Formula
LD=0.15C/T
Where:
LD = liquidated damages per working day (rounded to the nearest dollar)
C = original Contract amount
T = original time for Physical Completion
When the Contract Work has progressed to Substantial Completion as defined in the Contract, the
Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the
Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after
the date so established, the formula for liquidated damages shown above will not apply. For overruns
in Contract time occurring after the Substantial Completion Date, liquidated damages shall be
assessed on the basis of direct engineering and related costs assignable to the project until the actual
Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work
as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written
schedule for completing the physical Work on the Contract.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 79
1-09 MEASUREMENT AND PAYMENT
1-09.2 Weighing Equipment
1-09.2(1) General Requirements for Weighing Equipment
(November 25, 2024 APWA GSP, Option B)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day’s hauling operations are provided to the
Engineer daily. Reporting shall utilize WSDOT form 422-027LP, Scaleman’s Daily Report, unless the
printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The
scale operator must provide AM and/or PM tare weights for each truck on the printed ticket.
(July 8, 2024 APWA GSP, Option C)
Revise the sixth and seventh paragraph to read:
Trucks and Tickets – Each truck to be weighed shall bear a unique identification number. This number
shall be legible and in plain view of the scale operator. The Contractor shall provide Electronic tickets
or Physical tickets for all weighed materials. All Tickets shall, regardless of medium, at a minimum,
contain the following information:
1. Date of haul;
2. Contract number;
3. Contract unit Bid item;
4. Unit of measure;
5. Identification number of hauling vehicle; and
6. Weight delivered:
a. Net weight in the case of batch and hopper scales.
b. Gross weight, tare (a.m. and p.m. minimum) and net weight in the case of platform scales
(tare may be omitted if a tare beam is used).
c. Approximate load out weight in the case of belt conveyor scales.
Electronic-tickets shall be uploaded to the designated site so that they can be accessed by the material
receiver at the material delivery point. Physical tickets shall be handed to the inspector at the delivery
point at the time materials are delivered. The material delivery point is defined as the location where
the material is incorporated into the permanent Work. The Contractor’s representative shall make
report summaries available to the Engineer’s designated receiver, not later than the end of shift, for
reconciliation. Tickets for loads not verified as delivered will receive no pay.
1-09.2(5) Measurement
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks
on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 80
1-09.6 Force Account
(December 30, 2022 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be
paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to
become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly
or by implication, that the actual amount of work will correspond with those estimates. Payment will
be made on the basis of the amount of work actually authorized by the Engineer.
1-09.9 Payments
(July 8, 2024 APWA GSP, Option B)
Delete the fourth paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress estimates
prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction
conference.
The initial progress estimate will be made not later than 30 days after the Contractor commences the
work, and successive progress estimates will be made every month thereafter until the Completion
Date. Progress estimates made during progress of the work are tentative, and made only for the
purpose of determining progress payment. The progress estimates are subject to change at any time
prior to the calculation of the Final Payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown
for that item, or absent such a breakdown, based on the Engineer’s determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other
storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as determined
by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 81
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed. The
determination of payments under the contract will be final in accordance with Section 1-05.1.
1-09.11 Disputes and Claims
1-09.11(3) Time Limitation and Jurisdiction
(December 30, 2022 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims
or causes of action which the Contractor has against the Contracting Agency arising from the Contract
shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the
Contract by the Contracting Agency; and it is further agreed that all such claims or causes of action
shall be brought only in the Superior Court of the county where the Contracting Agency headquarters
is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control
venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit
within the time period provided, shall be a complete bar to all such claims or causes of action. It is
further mutually agreed by the parties that when claims or causes of action which the Contractor
asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency
or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to all
records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.
1-09.13 Claims Resolution
1-09.13(1) Conditions Precedent to Binding Arbitration or Litigation
1-09.13(1)A General
(December 30, 2022 APWA GSP)
Revise this section to read:
Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in
accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be
complied with in full as a condition precedent to the Contractor’s right to seek claim resolution
through binding arbitration or litigation.
Any claims or causes of action which the Contractor has against the Contracting Agency arising from
the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation.
The Contractor and the Contracting Agency mutually agree that those claims or causes of action which
total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding arbitration.
The Contractor and the Contracting Agency mutually agree that those claims or causes of action in
excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless
the parties mutually agree in writing to resolve the claim through binding arbitration.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 82
1-09.13(3) Arbitration
1-09.13(3)A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior
Court of the county in which the Contracting Agency’s headquarters is located, provided that where
claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and
jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision
shall be in writing. The arbitrator shall use the Contract as a basis for decisions.
1-09.13(4) Venue for Litigation
(December 30, 2022 APWA GSP)
Revise this section to read:
Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s
headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050
shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that
when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to all
records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Management
1-10.2(1) General
(October 3, 2022 WSDOT GSP)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
https://www.nwlett.edu
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
https://www.esc.org
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 83
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
https://atssa.com/training
Integrity Safety
13912 NE 20th Ave.
Vancouver, WA 98686
(360) 574-6071
https://www.integritysafety.com
US Safety Alliance
(904) 705-5660
https://www.ussafetyalliance.comK&D Services Inc.
2719 Rockefeller Ave.
Everett, WA 98201
(800) 343-4049
https://www.kndservices.net
K&D Services Inc.
2719 Rockfeller Ave.
Everett, WA 98201
(800) 343-4049
https://www.kndservices.net
1-10.3 Traffic Control Labor, Procedures, and Devices
(*****)
Section 1-10.3 is supplemented with the following:
At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians
during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-diamond grade
or equivalent approved but the Engineer. Barricades shall also be equipped with flashers during hours
of darkness.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for
such location in the same manner and under the same restrictions as provided for the drivers of
private vehicles.
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience vehicular
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 84
and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept
open by the Contractor except for the brief periods when actual work is being done. The Contractor
shall so conduct his operations so as to have under construction no greater length or amount of work
than Contractor can prosecute vigorously and Contractor shall not open up sections of the work and
leave them in an unfinished condition. See Section 1-07.23(1) for additional driveway closure
requirements.
1-10.3(3) Traffic Control Devices
(Renton GSP)
Section 1-10.3(3) is supplemented with the following:
Prior to closing a roadway, including half road closures, Portable Changeable Message Signs (PCMS)
shall be required to be placed near the proposed road closure at least seven (7) calendar days prior to
the road closure. The Contractor shall request approval from City of Renton Transportation if the
Contractor chooses to use static signs in place of PCMS. PCMS and static signs shall include the words
ROAD WILL BE CLOSED and list the applicable dates and times of the road closure.
1-10.3(4) Traffic Control Constraints
(*****)
Section 1-10.3(4) is supplemented with the following:
Pedestrian and vehicular access shall be maintained throughout the work zone to the greatest extent
practical. A maximum of 400 feet of trench, including that which is steel plated, may be open on a
street at any time.
The Contractor shall provide a pedestrian traffic control plan for sidewalk closures. The maximum
closure time between demolition and completion for any curb ramp or street corner shall be 7
calendar days. Pedestrian routes shall be restored to clean and hazard free surface meeting ADA
standards to the maximum extent feasible before they are reopened to the public.
When existing sidewalks are removed or demolished, the Contractor shall provide continuous
pedestrian access along a temporary sidewalk diversion. If an existing pedestrian route is closed and
there is no nearby crosswalk or alternative pedestrian facility, pedestrian traffic shall be diverted using
a temporary protected pathway adjacent to the roadway. The temporary sidewalk diversion shall
include water-filled barriers to separate pedestrians from vehicular traffic. Barriers shall be installed
per the manufacturer's recommendations and properly anchored or weighted to prevent movement.
END OF DIVISION 1
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 85
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
(*****)
Supplement this Section with the following:
The Contractor shall consider the clearing and grubbing limits for this project to be all non-paved
surface within the areas proposed for demolition as required to construct the improvements. The
Contractor shall allow 48 hours for the Engineer to approve the clearing limits before commencing
activities. At the direction of the Engineer, the limits shall be adjusted in the field. When marking the
clearing limits, the Contractor shall strive to protect existing landscaping items from damage, such as
paving, vegetation, rockeries, irrigation, fencing/railing, overhead power, signage, lighting, and other
items.
2-01.2 Disposal of Usable Material and Debris
(*****)
The second paragraph of Section 2-01.2 is deleted and replaced with the following:
The Contractor shall dispose of all debris by disposal Method No. 2 – Waste Site.
2-01.3 Construction Requirements
2-01.3(4) Roadside Cleanup
(*****)
Supplement this Section with the following:
Throughout the progress of the work, the Contractor, shall cleanup and remove all refuse and
unwanted or unused materials resulting from the work, at the Contractor's expense. If the Contractor
fails to do so within 24 hours after the request by the Engineer, the work may be done by the City and
the cost thereof be charged to the Contractor and deducted from the Contractor’s final estimate.
All cleanup shall be performed as specified in the various sections of these Specifications. Final
cleanup shall be in accordance with Section 1-04.11.
2-01.4 Measurement
(*****)
Supplement this Section with the following:
Clearing and Grubbing shall be considered incidental to Roadway Excavation and no additional
measurement will be made.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 86
Roadside cleanup shall be considered incidental to the Work and no additional measurement will be
made.
2‐02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
(*****)
Supplement this Section with the following:
This work shall consist of removing all materials noted in this section of the Special Provisions as well
as any other materials designated for removal on the Plans or as necessary for the construction of this
project for which a specific Bid item is not provided in the Proposal.
In general, the Contractor shall remove/dispose or abandon existing items which are in conflict with
the new improvements. Where not in conflict, or where not specified for demolition or removal,
Contractor shall protect all private and public improvements.
Voids left by the removal of items shall be filled with gravel borrow material and compacted to 95
percent of maximum density as specified in Section 2-03.3(14)D of the Standard Specifications.
2‐02.3 Construction Requirements
(*****)
Supplement this Section with the following:
Obstructions to be removed and disposed of include, but are not limited to, the following items:
• Traffic Delineators
• Bollards
• Drainage Structures and Pipes
• Culvert pipes
2‐02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(*****)
Supplement this Section with the following:
Existing pavement shall be saw cut before commencing removal as required for construction and
approved by the Engineer. Pavement thickness and extent may vary throughout the project. Removal
shall be accomplished by making a neat longitudinal vertical cut along the boundaries of the area to
be removed. All cuts shall be continuous and shall be made with saws specifically equipped for this
purpose. No skip cutting will be allowed.
Any pavement, curb, curb and gutter, sidewalk, or driveway that is damaged, and not designated for
removal as shown on the Plans or preapproved by the Owner, shall be repaired or replaced entirely
at the Contractor’s expense. All saw cutting required shall be considered incidental to the project and
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 87
no compensation will be allowed. The width and location of cuts shall be preapproved by the Engineer
before cutting of pavement.
Wheel cutting or jack hammering will not be considered an acceptable means of pavement “cutting,”
unless preapproved by the Engineer.
Sidewalks and curbs shall be saw cut, at full depth, at the nearest joint prior to removal to prevent
damaging the adjacent concrete to remain.
Add the following new sections:
(*****)
2‐02.3(4) Adjust Existing Utility to Grade
As shown in the Plans, existing utilities such as manholes, catch basin frames and grates, water valves,
and meter boxes, etc. shall be adjusted to finished grade. The Contractor shall, prior to the beginning
of any work, become familiar with existing utility locations. The Contractor shall adjust City-owned
utilities. The Contractor shall be responsible for coordinating with private utility companies regarding
the adjustment of existing privately-owned utilities. Final adjustment shall be smooth and flush with
finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface.
Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to
grade, including coordinating the work with other utilities, shall be incidental to the various items of
work and no additional compensation will be allowed.
Existing utilities shall be adjusted to the finished grade as shown on the Plans and as further specified
herein. Existing boxes, rings, grates, and covers shall be inspected by the owner of the utility prior to
reuse. Materials in satisfactory condition shall be reset in a careful and workmanlike manner to
conform to the new grade. Materials determined to be in unsatisfactory or poor condition shall be
disposed of by the Contractor and replaced by the respective utility provider. Special care shall be
exercised in all operations. Any damage occurring to manholes, concrete inlets, monument cases,
water valves, or water mains due to the Contractor’s operations, shall be repaired at the Contractor’s
own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of
the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly
cleaned. The Contractor shall be responsible for referencing and keeping a record of such references
of all manholes, catch basins, monument cases, meter boxes, and water valves encountered, and shall
submit a copy of these references to the Engineer.
Structures and appurtenances shall be adjusted to grade in the following manner:
Within a Vegetated Area: Provide crushed surfacing top/base course backfill, 8 inches of topsoil,
Type A and a layer of mulch overtop.
Within a HMA Paved Surface: As soon as the paving is past each structure or appurtenance, the
asphalt concrete mat shall be scored around the location of the structure or appurtenance. After
rolling has been completed and the mat has cooled, it shall be cut along the scored lines. T he
structure or appurtenance shall then be raised to finished pavement grade and the annual spaces
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 88
filled with control density fill (CDF) to within a minimum of 6 inches of finished grade. The
remaining 6 inches shall be filled and compacted with HMA per Section 5-04 of the Standard
Specifications, to give a smooth and finished appearance.
Within a Concrete Surface: Structures shall be adjusted to grade after forms are in place and
before the sidewalk/driveway approach is poured. Backfill shall be crushed surfacing base course
in areas of dense concrete.
2‐02.4 Measurement
(*****)
Supplement this Section with the following:
No separate measurement for payment will be made for saw cutting. Saw cutting shall be included
with other associated bid items in the Proposal.
Filling voids left after demolition shall be included in the lump sum Contract price for Removal of
Structures and Obstructions.
“Adjust Existing Utility to Grade” shall be measured per each existing utility adjusted to final grade.
Separate measurement will not be made for interim utility adjustments.
2-02.5 Payment
(*****)
Supplement this Section with the following:
“Adjust Existing Utility to Grade”, per each.
The unit Contract price for “Adjust Existing Utility to Grade” shall be full compensation for all labor,
tools, equipment, and materials necessary or incidental to adjust the existing utility to finished grade
including, but not limited to, excavation, adjustment rings/materials, CDF, HMA and coordination with
utility companies, if necessary.
2‐03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
(*****)
Supplement this Section with the following:
Unauthorized over-excavated areas shall be filled with gravel borrow to be furnished, placed, and
compacted at the Contractor's expense.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 89
2-03.4 Measurement
(*****)
Supplement this Section with the following:
Sawcutting shall be included in the unit price for Road Excavation and Roadway Excavation Incl. Haul
and no additional measurement will be made.
Sub-excavation as defined in Section 2-03.3(3) shall be quantified as “Roadway Excavation Incl. Haul”.
2-06 SUBGRADE PREPARATION
2-06.3 Construction Requirements
2-06.3(1) Subgrade for Surfacing
(*****)
Supplement this Section with the following:
Preparation and compaction of the subgrade shall be considered as essential to the construction and
all costs thereof shall be incidental to the Work. Preparation, compaction, maintenance, and all other
work related to subgrade establishment shall not be measured for payment. The subgrade shall be
shaped and maintained to drain at all times during construction, including temporary ditches and
modifications to drainage structures necessary to eliminate standing water on the subgrade.
2-06.3(2) Subgrade for Pavement
(*****)
Supplement this Section with the following:
Construct final subgrade only when the weather conditions will not detrimentally affect the quality of
the finished work. Any portion of the work damaged by the effects of rain, wind, or other inclement
weather conditions shall, at no additional cost to the Contracting Agency, be:
1. Aerated if excessively wet,
2. Moistened if excessively dry,
3. Reshaped and re-compacted to conform to the requirements of the plans and special
provisions.
Fill and compact all depressions and holes.
Blading and rolling shall be done until the surface is smooth and free from waves and other
irregularities. The subgrade elevations shall be such that they are within a tolerance of 0.1 feet and
match/blend with the existing roadway features (driveways, curb and gutter, sidewalk, paving, etc.).
If the subgrade is damaged by the Contractor’s operations, the Contractor shall repair, reshape, and
recompact the subgrade as necessary at no additional cost.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 90
2-06.5 Measurement and Payment
(*****)
This Section is deleted and replaced with the following:
No separate measurement or payment will be made for subgrade preparation. This work is considered
incidental to the construction and its costs shall be included in other items of work.
2‐07 WATERING
2‐07.3 Construction Requirements
(*****)
Supplement this Section with the following:
The Contractor shall be responsible for controlling dust and mud within the project limits as well as
on all streets used in the execution of this contract. The Contractor shall be prepared to furnish and
use watering trucks equipped with high velocity water jets and low head sprinkling devices, street
sweepers, and any other pieces of equipment necessary to render the project site free of dust and
the streets free of all dust, mud, debris, and foreign materials. Any damage caused by dust and/or
mud accumulation on the streets or in the storm sewer system shall be the sole responsibility of the
Contractor. Failure to have a water truck immediately accessible to the job, and/or failure to use said
water truck for dust control, shall be an adequate reason to “shut down” the project construction.
Shutdowns due to the Contractor’s failure to control dust shall not be considered unworkable days.
Watering includes that required for dust control while excavating, for processing and compacting
subgrade, and for dust control between the time of subgrade preparation and the placing of
pavement. Dust control water shall be applied as directed by the Engineer for the period of time the
Engineer deems necessary.
2‐07.4 Measurement
(*****)
Supplement this Section with the following:
No measurement will be made for watering.
2‐09 STRUCTURE EXCAVATION
2‐09.3 Construction Requirements
(*****)
Add the following new Section:
2‐09.3(1)G Temporary Asphalt
Temporary asphalt patching within the roadway shall include a 2” lift of commercial HMA as a
temporary patch. Temporary asphalt shall be removed in its entirety prior to constructing the
permanent roadway section.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 91
2‐11 TRIMMING AND CLEANUP
2‐11.1 Description
(*****)
Supplement this Section with the following:
During construction, and then upon completion of the work, the Contractor shall thoroughly comb
and search the surrounding area and remove any construction material thrown or discarded amongst
the trees, bushes, ditches, etc., such as paint cans, cartons, broken pipe, pavement pieces, paper,
bottles, etc., and shall tidy up the surrounding general area to make it neat in appearance, including
removal of debris that may or may not have been deposited by Contractor’s operation.
Paved street surfaces shall be thoroughly cleaned (street sweeper) upon completion of work within
the area, and shall require daily cleaning if dust or mud exists. Prior to job acceptance, all streets shall
be cleaned.
2‐11.4 Measurement
(*****)
Delete the Section and replace with the following:
No measurement will be made for trimming and cleanup.
END OF DIVISION 2
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 92
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 93
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 Production from Quarry and Pit Sites
3-01.4 Contractor Furnished Material Sources
(*****)
Supplement this Section with the following:
No source has been provided for any materials necessary for the construction of this improvement.
The Contractor shall make arrangements to obtain the necessary materials at no expense to the City,
and all costs of acquiring, producing, and placing this material in the finished work shall be included
in the unit contract prices for the various items involved.
END OF DIVISION 3
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 94
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 95
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4‐04.4 Measurement
(*****)
Section 4‐04.4 is replaced with the following:
The Contract Bid prices shall be full compensation for all labor, material, tools, and equipment
necessary to satisfactorily complete the Work and defined in the Standard Specifications and these
Special Provisions. Work elements shall include, but are not limited to, purchasing; procuring; hauling;
placing; grading; and compacting.
Measurement for “Crushed Surfacing Top Course” and “Crushed Surfacing Base Course” will be by the
ton based on certified truck tickets collected by the Engineer at the end of each working day. Tickets
will be accepted for payment after the end of each working day only when prior arrangements have
been made with the Engineer.
Truck tickets shall be submitted at the end of each working day.
No separate measurement for payment will be made for water used in placing and compacting
surfacing materials.
Should the Contractor not prepare the subgrade to the correct line and grades and crushed surfacing
materials are placed in excess of the depths required by the plans, the excess depth will not be
measured for payment but instead be considered to the benefit of the Contractor.
END OF DIVISION 4
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 96
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 97
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
(January 31, 2023, APWA GSP)
Delete Section 5-04 Hot Mix Asphalt, and replace it with the following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt
(HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades,
thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include
warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include
organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the
proportions specified to provide a homogeneous, stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement (RAP) 9-03.8(3)B, 9-03.21
Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents
do not establish the furnishing of any of these mineral materials by the Contracting Agency, the
Contractor shall be required to furnish such materials in the amounts required for the designated mix.
Mineral materials include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The
RAP may be from pavements removed under the Contract, if any, or pavement material from an
existing stockpile.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 98
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or
testing of the RAP.
If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT
Qualified Products List (QPL).
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from
different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20
percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval
the process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from
stockpiles shall comply with the requirements of Section 3-02.
(*****)
Supplement this Section with the following:
HMA shall be HMA Cl. ½ In. PG 58H-22 (Ndesign = 75 gyrations).
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please
follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the
contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel,
temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA
accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal
quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities
used in the determination of nonstatistical evaluation.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 99
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the Contractor shall provide
one of the following mix design verification certifications for Contracting Agency review;
• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix
design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp
& signature) of a valid licensed Washington State Professional Engineer.
• The Mix Design Report for the proposed HMA mix design developed by a qualified City or
County laboratory that is within one year of the approval date.
The mix design shall be performed by a lab accredited by a national authority such as Laboratory
Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials
Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply
evidence of participation in the AASHTO: resource proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall:
• Be designed for *** > 0.6 *** million equivalent single axle loads (ESALs).
• Have the aggregate structure and asphalt binder content determined in accordance with
WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2),
except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and
9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in accordance
with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility
from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months
from the original verification date with a certification from the Contractor that the materials and
sources are the same as those shown on the original mix design.
Commercial Evaluation Mix Design. Approval of a mix design for “Commercial Evaluation” will be
based on a review of the Contractor’s submittal of WSDOT Form 350 -042 (for commercial mixes,
AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one
of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design
approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of ESALs
appropriate for the required use.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 100
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a
compaction aid for producing HMA. Additives include organic additives, chemical additives and
foaming processes. The use of Additives is subject to the following:
• Do not use additives that reduce the mixing temperature more than allowed in Section 5-
04.3(6) in the production of mixtures.
• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe
the proposed additive and process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st
of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less than those
specified below, or when weather conditions otherwise prevent the proper handling or finishing of
the HMA.
Minimum Surface Temperature for Paving
Compacted Thickness
(Feet) Wearing Course Other Courses
Less than 0.10 55◦F 45◦F
0.10 to .20 45◦F 35◦F
More than 0.20 35◦F 35◦F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the intersection
or paving across the intersection. During such time, and provided that there has been an advance
warning to the public, the intersection may be closed for the minimum time required to place and
compact the mixture. In hot weather, the Engineer may require the application of water to the
pavement to accelerate the finish rolling of the pavement and to shorten the time required before
reopening to traffic.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 101
Before closing an intersection, advance warning signs shall be placed, and signs shall also be placed
marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout the project.
Temporary pavement markings shall be installed on the Roadway prior to opening to traffic.
Temporary pavement markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these requirements, except the
cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid
items involved in the Contract.
(*****)
Supplement this Section with the following:
The Contractor shall minimize any pavement drop-offs or abrupt pavement edges to traffic during
nonworking hours. Unless otherwise approved by the Engineer, pavement drop-offs or abrupt
pavement edges left exposed to traffic during non-working hours shall be protected as follows:
1. Drop-offs up to 0.10 feet, unless otherwise directed by the Engineer, may remain exposed with
appropriate warning signs alerting motorists of condition.
2. Drop-offs more than 0.10 feet that are within the travelled way shall be protected with
appropriate warning signs and further protected by the following:
a. A wedge of cold mix or other material approved by the Engineer shall be placed at a slope
of 4 to 1 or flatter.
b. Channelization devices shall be placed along the traffic side of the drop-off or abrupt
pavement edges and shall comply with the latest edition of the MUTCD. Pavement drop-
off warning signs shall be placed in advance of and throughout the drop-off area.
3. Open trenches within the travelled way or pedestrian pathway shall have a steel plate cover
placed over them. A wedge of asphalt cold mix or other material approved by the Engineer shall
be placed along the sheet edges to provide a smooth transition between the pavement and the
steel plate. Warning signs shall be used to alert motorist/pedestrian of the presence of the steel
plates.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be
equipped to heat and hold the material at the required temperatures. The heating shall be
accomplished by steam coils, electricity, or other approved means so that no flame shall be in
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 102
contact with the storage tank. The circulating system for the asphalt binder shall be designed to
ensure proper and continuous circulation during the operating period. A valve for the purpose
of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to
the mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges
expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the
charging valve at the mixer unit. The thermometer location shall be convenient and safe for
access by inspectors. The plant shall also be equipped with an approved dial-scale thermometer,
a mercury actuated thermometer, an electric pyrometer, or another approved thermometric
instrument placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant operator.
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the
maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum
temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder
shall be heated in a manner that will avoid local variations in heating. The heating method shall
provide a continuous supply of asphalt binder to the mixer at a uniform average temperature
with no individual variations exceeding 25°F. Also, when a WMA additive is included in the
asphalt binder, the temperature of the asphalt binder shall not exceed the maximum
recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical
sampler for the sampling of the mineral materials. The mechanical sampler shall meet the
requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall
provide for the setup and operation of the field-testing facilities of the Contracting Agency as
provided for in Section 3-01.2(2).
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following
methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering the
hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover
of canvas or other suitable material of sufficient size to protect the mixture from adverse
weather. Whenever the weather conditions during the work shift include, or are forecast to
include precipitation or an air temperature less than 45°F or when time from loading to
unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 103
The Contractor shall provide an environmentally benign means to prevent the HMA mixture from
adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling
equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter
the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in
operation during the process of applying the release agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally heated
vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix
material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment available
from the manufacturer for the prevention of segregation of the HMA mixture installed, in good
condition, and in working order. The equipment certification shall list the make, model, and year
of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations and shall
effectively produce a finished surface of the required evenness and texture without tearing,
shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations
shall be provided upon request by the Contracting Agency. Extensions will be allowed provided
they produce the same results, including ride, density, and surface texture as obtained by the
primary screed. Extensions without augers and an internally heated vibratory screed shall not be
used in the Traveled Way.
When specified in the Contract, reference lines for vertical control will be required. Lines shall
be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing
the reference line will be permitted. The grade and slope for intermediate lanes shall be
controlled automatically from reference lines or by means of a mat referencing device and a
slope control device. When the finish of the grade prepared for paving is superior to the
established tolerances and when, in the opinion of the Engineer, further improvement to the
line, grade, cross-section, and smoothness can best be achieved without the use of the reference
line, a mat referencing device may be substituted for the reference line. Substitution of the
device will be subject to the continued approval of the Engineer. A joint matcher may be used
subject to the approval of the Engineer. The reference line may be removed after the completion
of the first course of HMA when approved by the Engineer. Whenever the Engineer determines
that any of these methods are failing to provide the necessary vertical control, the reference
lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 104
If the paving machine in use is not providing the required finish, the Engineer may suspend Work
as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall
be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval,
unless otherwise required by the Contract.
Where an MTD/V is required by the Contract, the Engineer may approve paving without an
MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment
in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to
laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform
temperature throughout the mixture. If a windrow elevator is used, the length of the windrow
may be limited in urban areas or through intersections, at the discretion of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into
the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into
the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition
and capable of reversing without backlash. Operation of the roller shall be in accordance with
the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 105
use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation
for the use of that roller for compaction of HMA. The number and weight of rollers shall be
sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10).
The use of equipment that results in crushing of the aggregate will not be permitted. Rollers
producing pickup, washboard, uneven compaction of the surface, displacement of the mixture
or other undesirable results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall bring it
to a uniform grade and cross-section as shown on the Plans or approved by the Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished
by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the
use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across
preleveled areas by the compaction equipment. Equipment used for the compaction of
preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the pavement
shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall
be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be
thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and
small depressions shall be filled with an appropriate class of HMA. The surface of the patched
area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving,
the condition of the surface shall be approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be
placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the
discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement
with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10
gallons per square yard of retained asphalt. The rate of application shall be approved by the
Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to
traffic, the application of tack coat shall be limited to surfaces that will be paved during the same
working shift. The spreading equipment shall be equipped with a thermometer to indicate the
temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 106
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified
asphalt may be diluted once with water at a rate not to exceed one-part water to one-part
emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied
uniformly at the specified rate of application and shall not exceed the maximum temperature
recommended by the emulsified asphalt manufacturer.
5-04.3(4)A Crack Sealing
When the Proposal includes a pay item for crack sealing, seal cracks in accordance with Section
5-03.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor shall
conduct the excavation operations in a manner that will protect the pavement that is to remain.
Pavement not designated to be removed that is damaged as a result of the Contractor’s
operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to
the Contracting Agency. The Contractor shall excavate only within one lane at a time unless
approved otherwise by the Engineer. The Contractor shall not excavate more area than can be
completely finished during the same shift, unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0
feet. The Engineer will make the final determination of the excavation depth required. The
minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the
Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a
pavement grinder. Excavated materials will become the property of the Contractor and shall be
disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections
2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of
tack coat shall be applied to all surfaces of existing pavement in the pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted
depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval
of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 107
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient
storage space shall be provided for each size of aggregate and RAP. Materials shall be removed
from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA
plant for processing into the final mixture. Different aggregate sizes shall be kept separated until
they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until complete
and uniform coating of the particles and thorough distribution of the asphalt binder throughout
the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as approved by
the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge
temperature of the HMA shall not exceed the maximum recommended by the manufacturer of
the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be
allowed providing the water causes no problems with handling, stripping, or flushing. If the water
in the HMA causes any of these problems, the moisture content shall be reduced as directed by
the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval of
the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more
than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor
at no expense to the Contracting Agency. The storage facility shall have an accessible device
located at the top of the cone or about the third point. The device shall indicate the amount of
material in storage. No HMA shall be accepted from the storage facility when the HMA in storage
is below the top of the cone of the storage facility, except as the storage facility is being emptied
at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to
entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence
of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA,
the Contractor shall immediately suspend the use of the RAP until changes have been approved
by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and
asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete
and uniform coating of the particles and thorough distribution of the asphalt binder throughout
the mineral materials, and RAP is ensured.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 108
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and
elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute
the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any
layer of any course shall not exceed the following:
HMA Class 1” 0.35 feet
HMA Class ¾” and HMA Class ½”
wearing course 0.30 feet
other courses 0.35 feet
HMA Class ⅜” 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical spreading
and finishing equipment impractical, the paving may be done with other equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for each JMF
shall be placed by separate spreading and compacting equipment. The intermingling of HMA
produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift
shall conform to a single JMF established for the class of HMA specified unless there is a need to
make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation, the aggregate properties of sand equivalent,
uncompacted void content, and fracture will be evaluated in accordance with Section 3 -04.
Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the
option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel,
temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA
accepted by commercial evaluation will be at the option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a change
in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be
made in accordance with this section.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 109
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall
be within tolerance. The tolerance limits will be established as follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding
the tolerances below to the approved JMF values. These values will also be the Upper
Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-
06.2(2)D2
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent Passing Non-Statistical
Evaluation
Commercial Evaluation
1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8%
No. 4 sieve +/-6% +/- 8%
No. 8 Sieve +/- 6% +/- 8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined from
step (a) the minimum amount necessary so that none of the aggregate properties
are outside the control points in Section 9-03.8(6). The resulting values will be the
upper and lower acceptance limits for aggregates, as well as the USL and LSL
required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder
content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be
considered if the change produces material of equal or better quality and may require the
development of a new mix design if the adjustment exceeds the amounts listed below.
a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4
sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate
passing the No. 200 sieve. The adjusted JMF shall be within the range of the control
points in Section 9-03.8(6).
b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder
content. The maximum adjustment from the approved mix design for the asphalt binder
content shall be 0.3 percent.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 110
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting
Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be tested for
acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix
Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production
or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may
be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be evaluated
collectively. If the Contractor requests a change to the JMF that is approved, the material
produced after the change will be evaluated on the basis of the new JMF for the remaining
sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF
less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that
material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample per
sublot.
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in
accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of
HMA placed on a project. If used in a structural application, at least one of the three samples
shall be tested.
Sampling and testing HMA in a structural application where quantities are less than 400 tons is
at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800 tons but
more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a
minimum of 3 samples will be obtained at the point of acceptance, a m inimum of one of the
three samples will be tested for conformance to the JMF:
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 111
• If the test results are found to be within specification requirements, additional testing will be
at the Engineer’s discretion.
• If test results are found not to be within specification requirements, additional testing of the
remaining samples to determine a CPF shall be performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency
will determine a CPF using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and
No.4 sieves
2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling
within the tolerance limits of the job mix formula shall be accepted at the unit Contract price
with no further evaluation. When one or more constituents fall outside the nonstatistical
tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall
be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 112
samples from the Roadway shall be tested to provide a minimum of three sets of results for
evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is
less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the
algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance
price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot
in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor
will be considered 1.00 in calculating the CPF.
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit
a written request within 7 calendar days after the specific test results have been received. A split
of the original acceptance sample will be retested. The split of the sample will not be tested with
the same tester that ran the original acceptance test. The sample will be tested for a complete
gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of
the retest will be used for the acceptance of the HMA in place of the original sublot sample test
results. The cost of testing will be deducted from any monies due or that may come due the
Contractor under the Contract at the rate of $500 per sample.
5-04.3 (9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all constituents
falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract
price with no further evaluation. When one or more constituents fall outside the commercial
tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance
limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or samples from the street shall
be tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals
the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance
Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot
in tons, and the unit Contract price per ton of mix.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 113
If a constituent is not measured in accordance with these Specifications, its individual pay factor
will be considered 1.00 in calculating the CPF.
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes
for intersections, ramps, truck climbing, weaving, and speed change, and having a specified
compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of
relative density. The specified level of relative density shall be a CPF of not less than 0.75 when
evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the
maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729.
The specified level of density attained will be determined by the evaluation of the density of the
pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for
WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using
the nuclear density gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or Roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test procedures
FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior
to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the Contractor
in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless
otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in
accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core”, the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at locations
designated by the Engineer. If the Contract does not include the Bid item “Roadway Core”, the
Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request
after the Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions other
than those listed above shall be compacted on the basis of a test point evaluation of the
compaction train. The test point evaluation shall be performed in accordance with instructions
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 114
from the Engineer. The number of passes with an approved compaction train, required to attain
the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel
rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the minimum
of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and
thus subject to a price reduction or rejection, the Contractor may request that a core be used for
determination of the relative density of the sublot. The relative density of the core will replace
the relative density determined by the nuclear density gauge for the sublot and will be used for
calculation of the CPF and acceptance of HMA compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall be
requested by noon of the next workday after the test results for the sublot have been provided
or made available to the Contractor. Core locations shall be outside of wheel paths and as
determined by the Engineer. Traffic control shall be provided by the Contractor as requested by
the Engineer. Failure by the Contractor to provide the requested traffic control will result in
forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA
cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may
become due the Contractor under the Contract at the rate of $200 per core and the Contractor
shall pay for the cost of the traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment
shall be compacted by other mechanical means. Any HMA that becomes loose, broken,
contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be
removed and replaced with new hot mix that shall be immediately compacted to conform to the
surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor’s option, provided the specified densities are attained. Unless the
Engineer has approved otherwise, rollers shall only be operated in the static mode when the
internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall
not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be
operated in static mode on bridge decks.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 115
5-04.3(10)B HMA Compaction - Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90
percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may
evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP
733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two
or more density readings below 90 percent of the theoretical maximum density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction - Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance
testing performed by the Contracting Agency dividing the project into compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be tested for
acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix
Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production
or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may
be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per
WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions other
than those listed above shall be compacted on the basis of a test point evaluation of the
compaction train. The test point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved compaction train, required to attain
the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts
shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the Engineer
from within each sublot, with one test per sublot.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 116
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density that
is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract
price with no further evaluation. When a sublot does not attain a relative density that is 92
percent of the reference maximum density, the lot shall be evaluated in accordance with Section
1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a
calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater
than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11).
Additional testing by either a nuclear moisture-density gauge or cores will be completed as
required to provide a minimum of three tests for evaluation.
For compaction below the required 92%, a Non-Conforming Compaction Factor (NCCF) will be
determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40
percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity
of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected. The
Contractor may propose, in writing, alternatives to removal and replacement of rejected
material. Acceptability of such alternative proposals will be determined at the sole discretion of
the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and
this specification, and the Contractor shall submit a corrective action proposal to the Engineer
for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace it with
new material. Any such new material will be sampled, tested, and evaluated for acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears
defective. Material rejected before placement shall not be incorporated into the pavement. Any
rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless the
Contractor requests that the rejected material be tested. If the Contractor elects to have the
rejected material tested, a minimum of three representative samples will be obtained and
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 117
tested. Acceptance of rejected material will be based on conformance with the nonstatistical
acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will
be made for the rejected material; in addition, the cost of sampling and testing shall be borne by
the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will
be borne by the Contracting Agency. If the material is rejected before placement and the CPF is
greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If
rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at the calculated CPF with an addition of 25 percent of the unit
Contract price added for the cost of removal and disposal.
5-04.3(11)D Rejection - A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate from
a normal sublot any material that is suspected of being defective in relative density, gradation or
asphalt binder content. Such isolated material will not include an original sample location. A
minimum of three random samples of the suspect material will be obtained and tested. The
material will then be statistically evaluated as an independent lot in accordance with Section 1-
06.2(2).
5-04.3(11)E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected
a minimum of two additional random samples from this sublot will be obtained. These additional
samples and the original sublot will be evaluated as an independent lot in accordance with
Section 1-06.2(2).
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until such time
as the Engineer is satisfied that material conforming to the Specifications can be produced:
1. When the CPF of a lot in progress drops below 1.00 and the Contractor is taking no corrective
action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the
Contractor is taking no corrective action, or
3. When either the PF for any constituent or the CPF of a lot in progress is less than 0.75.
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 118
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course is a
continuous operation or as close to continuous as possible. Unscheduled transverse joints will
be allowed, and the roller may pass over the unprotected end of the freshly laid mixture only
when the placement of the course must be discontinued for such a length of time that the
mixture will cool below compaction temperature. When the Work is resumed, the previously
compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of
the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse
joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be
separated from the permanent HMA by strips of heavy wrapping paper or other methods
approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a
slightly beveled edge for the full thickness of the course prior to resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or
tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below by
not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing
course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint
shall be constructed along all longitudinal joints in the wearing surface of new HMA unless
otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not
less than the maximum aggregate size or more than ½ of the compacted lift thickness and then
taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge
joint shall be uniformly compacted.
5-04.3(12)B Bridge Paving Joint Seals
Bridge Paving Joint Seals shall be in accordance with Section 5-03.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown
and grade, and free from defects of all kinds. The completed surface of the wearing course shall
not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface
parallel to the centerline. The transverse slope of the completed surface of the wearing course
shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 119
When deviations in excess of the above tolerances are found that result from a high place in the
HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater than
the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the Engineer,
will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall
deduct from monies due or that may become due to the Contractor the sum of $500.00 for each
and every section of single traffic lane 100 feet in length in which any excessive deviations
described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the traveled
way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This
requirement may be waived when requested by the Contractor, at the discretion of the Engineer
or when the adjustment details provided in the project plan or specifications call for utility
appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving and Pre-Planing
Briefing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
5-04.3(14) Planing Bituminous Pavement
The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior
to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals.
Where planing an existing pavement is specified in the Contract, the Contractor must remove
existing surfacing material and to reshape the surface to remove irregularities. The finished
product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not use
the planer on the final wearing course of new HMA.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 120
Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage
the surface which is to remain. The finished planed surface must be slightly grooved or
roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The
Contractor must repair any damage to the surface by the Contractor’s planing equipment, using
an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by planing, as
determined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing course.
The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet
lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical
faces 2 inches or more in height, producing a smooth transition to the existing adjoining
pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as specified
in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by the
Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with
equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden
in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s
failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify
the Engineer of any hidden metal that is detected.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 121
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-
10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must
comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing operations
through an intersection requires closure. Such closure must be kept to the minimum
time required to place and compact the HMA mixture, or plane as appropriate. For
paving, schedule such closure to individual lanes or portions thereof that allows the
traffic volumes and schedule of traffic volumes required in the approved traffic control
plan. Schedule work so that adjacent intersections are not impacted at the same time
and comply with the traffic control restrictions required by the Traffic Engineer. Each
individual intersection closure or partial closure must be addressed in the traffic control
plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection, consider
scheduling and sequencing such work into quarters of the intersection, or half or more
of an intersection with side street detours. Be prepared to sequence the work to
individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley service is
impacted, keep such closure to the minimum time required to place and compact the
HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a number of
Working Days advance notice as determined by the Engineer, to alert traffic and
emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is
allowed on it. Traffic is not allowed on newly placed asphalt until approval has been
obtained from the Engineer.
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars,
and maintaining temporary pavement marking must comply with Section 8-23.
3. Permanent pavement marking must comply with Section 8-22.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 122
5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the Engineer
at least 5 Working Days in advance of each operation’s activity start date. These plans must show
how the moving operation and traffic control are coordinated, as they will be discussed at the
pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor
must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings
with a scale showing both the area of operation and sufficient detail of traffic beyond the area
of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20
feet, which may be changed if the Engineer agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal detection,
removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply
trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing.
When intersections will be partially or totally blocked, provide adequately sized and noticeable
signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic
control plan must show where police officers will be stationed when signalization is or may be,
countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s
traffic control as it relates to the specific requirements of that day’s planing and paving.
Briefly describe the sequencing of traffic control consistent with the proposed planing
and paving sequence, and scheduling of placement of temporary pavement markings
and channelizing devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 123
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving and intended area of planing and of paving for each day’s work, must include
the directions of proposed planing and of proposed paving, sequence of adjacent lane
paving, sequence of skipped lane paving, intersection planing and paving scheduling
and sequencing, and proposed notifications and coordinations to be timely made. The
plan must show HMA joints relative to the final pavement marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or as
scheduled by the Engineer for future paving and planing operations to ensure the Contractor has
adequately prepared for notifying and coordinating as required in the Contract, the Contractor
must be prepared to discuss that day’s operations as they relate to other entities and to public
safety and convenience, including driveway and business access, garbage truck operations,
transit operations and working around energized overhead wires, school and nursing home and
hospital and other accesses, other Contractors who may be operating in the area, pedestrian and
bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of
that day’s operations, must meet with the Engineer and discuss the proposed operation as it
relates to the submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
1. General for both the Paving and Planing:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control
and signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations,
as applicable, as it relates to traffic control, public convenience and safety, and
other Contractors who may operate in the Project limits.
d. Notifications required of Contractor activities and coordinating with other
entities and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and paving.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 124
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed.
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, streetcar rail, and
castings, before planing as per Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type of equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type of equipment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF is used, how the
Contractor will ensure different JMFs are distinguished, how pavers and how
MTVs are distinguished, and how pavers and MTVs are cleaned so that one JMF
does not adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as equipment
breakdown, rain out, and supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5 -
02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic.
5-04.3(16) HMA Road Approaches
Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer,
in accordance with Section 5-04.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 125
5-04.4 Measurement
HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton
in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder,
mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace
mix as allowed by Section 5-04.3(11), the material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Pavement repair excavation will be measured by the square yard of surface marked prior to excavation.
Planing bituminous pavement will be measured by the square yard.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
“HMA Cl. ___ PG ___”, per ton.
“HMA for Approach Cl. ___ PG ___”, per ton.
“HMA for Preleveling Cl. ___ PG ___”, per ton.
“HMA for Pavement Repair Cl. ___ PG ___”, per ton.
“Commercial HMA”, per ton.
The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG
___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and
“Commercial HMA” shall be full compensation for all costs, including anti-stripping additive,
incurred to carry out the requirements of Section 5-04 except for those costs included in
other items which are included in this Subsection and which are included in the Proposal.
“Pavement Repair Excavation Incl. Haul”, per square yard.
The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be
full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with
the exception, however, that all costs involved in the placement of HMA shall be included in
the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton.
“Asphalt for Prime Coat”, per ton.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 126
The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs
incurred to obtain, provide and install the material in accordance with Section 5-04.3(4).
“Prime Coat Agg.”, per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for
furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
“Planing Bituminous Pavement”, per square yard.
The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
“Job Mix Compliance Price Adjustment”, by calculation.
“Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section
5-04.3(9)C6.
“Compaction Price Adjustment”, by calculation.
“Compaction Price Adjustment” will be calculated and paid for as described in Section 5-
04.3(10)D3.
“Roadway Core”, per each.
The Contractor’s costs for all Work associated with the coring (e.g., traffic control) shall be
incidental and included in the unit Bid price per each.
“Cyclic Density Price Adjustment”, by calculation.
“Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5-
04.3(10)B.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 127
5-05 Cement Concrete Pavement
5-05.3 Construction Requirements
5-05.3(1) Concrete Mix Design for Paving
(*****)
Section 5-05.3(1) is supplemented with the following:
he Contractor shall submit an alternative cement concrete mix design for the driveways, utilizing high-
early-strength cement concrete, for approval by the Engineer. The alternative mix must allow the concrete
to be opened to traffic within 72 hours of placement. The mix design shall conform to the requirements
of Section 6-02 and be submitted to the Engineer on the approved RAM form for approval prior to use.
Refer to Section 1-07.23(1) of this Special Provision for additional requirements.
5-05.3(17) Opening to Traffic
(*****)
Delete the first and second paragraphs in this section and replace with the following:
The pavement shall be opened to traffic within 72 hours of pouring concrete and the concrete shall
have compressive strength of 3,000 psi as determined from cylinders, made at the time of placement,
cured under comparable conditions, and tested in accordance with FOP for AASHTO T 22.
Fabrication, curing, and testing of cylinders to measure early strength shall be the responsibility of the
Contractor. The Contractor shall obtain the services of an independent Laboratory to perform these
activities and these laboratories shall be approved by the Engineer. At the Contractor’s option, the
time for opening pavement may be determined through the use of the maturity test in accordance
with ASTM C1074. The Contractor shall develop the maturity-strength relationship and provide
maturity curves along with supporting data for approval by the Engineer. The Contractor shall furnish
all equipment, including thermal or maturity meter, thermocouples, wire, and qualified personnel to
monitor maturity and provide information to the Engineer. Field procedures to monitor maturity shall
be submitted to the Engineer for approval prior to use. The pavement shall not be opened to traffic
until the maturity-strength relationship shows the pavement has a compressive strength of 3,000 psi
and approved by the Engineer.
END OF DIVISION 5
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 128
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 129
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWER S, WATER MAINS,
AND CONDUITS
(*****)
Add the following new Section:
7-00 GENERAL MATTERS
7-00.1 General
For the convenience of the Contractor the Plans show approximate locations of various existing
utilities and other obstructions. This information, if shown, has been obtained from records and
cannot be guaranteed accurate. The Contractor shall diligently check for interferences with existing
utilities ahead of his or her work including exploration in advance of excavation.
The Contractor is further alerted to the provisions of RCW 19.122 and his or her responsibilities by
performing excavation required by the Contract Documents and Standard Specifications.
7-04 STORM SEWERS
7-04.2 Materials
The first paragraph of Section 7-04.2 is revised as follows:
(Renton GSP)
Unless a pipe material is specifically called out on the Plans, materials shall meet the following
requirements.
Size Pipe Material Allowed Specification
8-36”
Polypropylene Storm Sewer Pipe
Ductile Iron Storm Sewer Pipe
C900 Storm Sewer Pipe (AWWA)
9-05.24(1)
9-05.13
9-30.1(5)A
Where bends are specifically called out on the plans, they shall be of the same material and
manufacturer as the main pipe and meet the manufacturer’s recommendations.
(Renton GSP)
The second paragraph of Section 7-04.2 is supplemented as follows:
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were manufactured.
The Contractor shall provide 2 copies of these certifications to the Engineer for approval.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 130
Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform
field tests and to replace or repair faulty materials, equipment, and/or workmanship and
Contractor’s own expense.
(Renton GSP)
Section 7-04.2 is supplemented with the following:
Dense foam shall meet 9-05.52 of these Special Provisions.
Direct Pipe Tee Connections:
Direct pipe tee connections for use in gravity-flow storm drainage direct connections to pipe shall be
by Nyloplast PVC fitting, as manufactured by Nyloplast and shall conform to ASTM D1784. Nyloplast
product shall provide a watertight connection which conforms to ASTM D3212 for joints and drain
and sewer plastic pipe using flexible elastomeric seals conforming to ASTM F 477. The PVC glue and
primer used in the assembly of components shall conform to ASTM D 2564 and ASTM F 656.
7-04.3 Construction Requirements
7-04.3(1) Cleaning and Testing
(Renton GSP)
Section 7-04.3(1) is supplemented with the following:
Before testing begins and in adequate time to obtain approval through submittal process, prepare
and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and
tentative schedule. Obtain advance written approval for any deviations from Drawings and
Specifications.
Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested.
Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of
installed pipeline remains untested at one time. Perform testing under observation of Engineer or
Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe.
All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to
final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the
installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the
services of a pipe manufacturer representative, knowledgeable in the installation methods and
practices for the specific pipe product used on this project, as well as on the installation practices for
flexible pipelines in general. The manufacturer’s representative shall be present full time on site
during the construction of the first 300 feet of pipe installation, and part-time, as required,
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 131
thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall
observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and
backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and
Contractor of any non-conforming installation, identifying the manufacturer recommended
corrective action(s), within 24 hours of such occurrence.
All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the
entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel
testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling
and prior to final acceptance testing of the segment. Submit test results to the Engineer.
1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of
pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be
average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and
average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard.
Statistical or other "tolerance packages" shall not be considered in mandrel sizing.
2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi
without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total
number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent
of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would
allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying
each size mandrel.
3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel
to diameter 0.02 inches larger than approved mandrel diameter.
4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3
above.
“Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe
bid items.
7-04.3(2) CCTV Inspection
(*****)
Section 7-04.3(2) is a new added section:
All stormdrain main lines constructed as part of this project shall be inspected by the use of closed-
circuit television (CCTV) before substantial completion.
The Contractor shall bear all cost incurred in correcting any deficiencies found during television
inspection including the cost of any additional television inspection that may be required buy the
Engineer to verify the correction of said deficiency.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 132
The Contractor shall be responsible for all costs incurred in any television inspection performed
solely for the benefit of the Contractor.
CCTV Inspection
1. All newly installed and newly rehabilitated (public and private) Sanitary Sewer and Storm
Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports
shall be submitted to the City of Renton inspector assigned to the project prior to receiving
approval to install project curbs, gutters and/or pavement.
2. The Contractor shall perform all CCTV inspections in accordance with the National
Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification
Program (PACP).
3. All CCTV operators shall have current NASSCO PACP certification.
4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the
latest software version and submitted with electronic links between the data and the video
on an External HDD, DVD or Flash Drive.
5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage
between manholes along the existing pipeline centerline from the start of pipe to end of
pipe.
6. All Owner and PACP required header information must be fully and accurately entered on
all CCTV reports. Work not following these specifications will be rejected and the Contractor
shall be required to re-CCTV the work.
7. The documentation of the work shall consist of PACP CCTV Reports, PACP database which
will have a .MDB or .MDF File extension, logs, electronic reports, etc. noting important
features encountered during the inspection. The speed of travel shall be slow enough to
inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow
sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except
as noted otherwise in this document.
8. The camera must be centered in the pipe to provide accurate distance measurements to
provide locations of features in the sewer and these footage measurements shall be
displayed and documented on the video. All PACP Observations shall be identified by audio
and on a PACP log. All video must be continuously metered from manhole to manhole. All
video recording shall be continuous from structure to structure with no “pausing” of the
video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV
inspection to ensure all defects, features and observations are seen and logged.
9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording,
water (containing dye) shall be introduced into the upstream manhole of each pipe segment
until it is observed and recorded flowing past the camera’s field of vision in its entirety.
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached
that has ¼” markings to show the depth of water in the pipe during the CCTV inspection.
11. All manholes shall be channeled and coated prior to CCTV inspection.
12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no
more than ½” of ponding to be considered acceptable.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 133
7-04.3(3) Direct Pipe Connections
(Renton GSP)
Section 7-04.3(3) is a new added section as follows:
Field Pipe and Joint Performance: To assure water tightness, field performance verification may be
accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate
safety precautions must be used when field-testing any pipe material. Contact the manufacturer for
recommended leakage rates.
Installation: Installation shall be in accordance with the manufacturer’s recommended installation
guidelines. Backfill around the pipe fittings for service connection shall be, at a minimum, of the
same material type and compaction level as specified for the mainline pipe installation.
7-04.3(4) Temporary Stormwater Diversion
(Renton GSP)
Section 7-04.3(4) is a new added section as follows:
It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system
throughout the duration of the project without any disruption of service until the new storm drain
has been accepted by the City to receive stormwater flows, and connections are made between the
existing and new storm based on scheduling approved by the Engineer.
A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during
construction.
The Contractor shall submit proposed methods for providing the diversions to the Engineer for
approval prior to construction. The diversions shall have the least impact on property owners and
traffic flow through the site. The diversions shall be installed, operated, and maintained only when
needed where the existing storm drain system must be demolished to allow construction of the new
system. Where shown on the Plans, Contractor shall time work of bypasses during period of
anticipated no or little rain.
If bypass pumping is provided, it shall be scheduled for continuous operation with backup
equipment available at all times for periods of maintenance and refueling or failure of the primary
bypass pump(s) or diversion system.
The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-
05. The Contractor’s bypass operation shall be sized to handle, at a minimum, the flow rates in the
table specified below or can be reduced to a size determined by the Contractor if the temporary
bypass can be timed to coincide with a period of little to no rain. The Contractor’s plan shall be
reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as
well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 134
responsibility to provide a bypass system that conveys encountered flows without property damage
or damage to the project or construction area. Any risk associated with sizing the bypass and
impacts to construction is borne by the Contractor.
Existing Storm Drain Pipe Diameter (in) Minimum Temporary Bypass Flow (gpm)
6 20
8 50
10 80
12 130
15 240
18 400
21 600
24 900
30 1,500
36 2,500
48 5,400
7‐04.4 Measurement
(*****)
Supplement this Section with the following:
The unit bid price for all storm sewer pipe shall also include bedding, backfill and temporary patching
(roadway, sidewalk, etc.) and no additional measurement will be made.
Testing of storm sewer pipe, CCTV Inspection, tracer wire, and warning tape shall be included in the
unit bid price for storm sewer pipe and no additional measurement shall be made.
7‐04.5 Payment
(*****)
This Section is supplemented with the following:
“Ductile Iron Storm Sewer Pipe ___ In. Diam”, per linear foot.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 135
7‐05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7‐05.2 Materials
(Renton GSP)
Section 7-05.2 is supplemented by adding the following:
Where pre-approved City or WSDOT details do not exist, Shop Drawings and Calculations shall be
submitted in accordance with Section 9-05.50(2).
7‐05.3 Construction Requirements
(Renton GSP)
Section 7-05.3 is supplemented by adding the following:
All manholes shall be in accordance with the Standard Plans.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
(Renton GSP)
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be
adjusted to the finished elevations per Standard Plan 106 prior to final acceptance of the Work.
Manholes in unimproved areas shall be adjusted to 6” above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed
rock or gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar
manner. The Contractor shall carefully reference each manhole so that they may be easily found upon
completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the roadway surface. Excavation
necessary for bringing manholes to grade shall center about the manhole and be held to the minimum
area necessary. At the completion of the manhole adjustment, the void around the manhole shall be
backfilled with materials which result in the section required on the typical roadway section and be
thoroughly compacted.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 136
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed
and adjusted in the same manner as outlined above except that the final adjustment shall be made
and cast iron frame be set after forms have been placed and checked. In placing the concrete
pavement, extreme care shall be taken not to alter the position of the casting in any way.
In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at
which time the center of each manhole shall be carefully relocated from references previously
established by the Contractor. The manhole shall then be brought to proper grade utilizing the same
methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete
grade rings and mortar. The complete patch shall match the existing paved surface for texture,
density, and uniformity of grade. The joint between the patch and the existing pavement shall then
be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered
with dry paving sand before the asphalt cement solidifies.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On
asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not
embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend
a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the
frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material
as that required for new inlets. The inside of the inlets shall be mortared.
Monuments and cast-iron frame and cover: monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for
manholes.
7-05.3(3) Connections to Existing Structures
(Renton GSP)
Section 7-05.3(3) is supplemented by adding the following:
Where shown on the Plans, new storm drain pipes shall be connected to existing line, catch basin,
curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape
the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the
Engineer or where shown on the Plans, additional structure channeling will be required.
Where shown on the Plans, new sewer pipes shall be connected to existing manholes and sewer pipes.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 137
“Kor-n-Seal” boots or GPK sanded adapters. Existing sanitary sewer manholes shall be cleaned,
repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the
Construction Plans.
Connections to existing sanitary sewer pipes shall be made with a ductile iron sleeve-style coupling,
ROMAC or approved equal, conforming to ASTM C219 and sized specifically for the pipe size and
materials being connected.
A "connection to existing" item will be allowed at any connection of a new line to an existing structure.
No "connection to existing" will be accepted at the location of new installation, relocation and
adjustment of line manholes, catch basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at her/his own expense.
7-05.3(4) Drop Manhole Connection
(Renton GSP)
Section 7-05.3(4) is replaced with:
Drop manhole connections shall be constructed in accordance with the Plans. All pipes and fittings
shall be similar size and material as incoming mainline.
Drop bowl and hood shall be Reliner Drop Bowl, or approved equal, constructed of marine grade
fiberglass and mounted directly to the manhole wall. The bowl shall be designed by the manufacturer
and sized such that full pipe flow from the incoming pipe can pass through a drop pipe of equal or
greater size without overtopping the bowl. The hood shall be installed with nuts and bolts such that
it may be easily removed if required. Pipe supports, nuts, bolts, and other appurtenances required to
install the drop bowl, drop pipe, and flexible coupling shall be Grade 316 stainless steel.
7‐05.4 Measurement
(*****)
Section 7‐05.4 is supplemented with the following:
The unit bid price for Catch Basins and Manholes shall include all materials, excavation, bedding, and
backfill and no additional measurement will be made.
Catch Basins shall be measured per each, regardless of manhole height and regardless of whether
they include a frame and grate, solid lid, ring and cover, or through curb inlet.
Modifications and/or connections to existing pipe that are required for the installation of new catch
basins shall not be measured separately and shall be included in the unit price for catch basins.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 138
7‐08 GENERAL PIPE INSTALLATION REQUIREMENTS
7‐08.3 Construction Requirements
(*****)
Supplement this Section with the following:
If the vertical clearance between utilities is less than six (6) inches, a ODxODx2.5” polyethylene plastic
foam pad shall be provided between the utilities, where “OD” is the outside diameter of the largest
pipe present.
No pipe joints shall be located directly above or within the crossing limits of any existing or proposed
utility, unless otherwise approved by the Engineer.
7-08.3(1) Excavation and Preparation of Trench
7‐08.3(1)A Trenches
(*****)
The second paragraph is revised to read:
The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade
as staked by the Contractor.
(Renton GSP)
Section 7-08.3(1)A is supplemented by adding the following:
Trench excavation and backfill for the storm sewer, sanitary sewer, and water main construction shall
be in accordance with the trench limits shown in the table below. Existing soils conditions are variable,
and areas of soil instability may exist. The Contractor is responsible for protecting and maintaining
the trench wall. Wall collapses and cave-ins will not be paid extra as a change order item. All trench
excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site.
Excavation outside the excavation limits shown in the table below shall be at no additional expense
to the City.
Water Pipe,
Any Depth
Sewer and Storm
Drain,
Depth Less than 8-ft
Sewer and Storm
Drain,
Depth 8 to 16-ft
Sewer and Storm
Drain, Depth Greater
than 16-ft
Trench Pay Width
(ft) 4 4 6 8
Contaminated Trench Excavation includes the trench excavation of materials characterized as
contaminated based on sampling results for the storm sewer, sanitary sewer, and water main
construction and in accordance with the trench limits shown in the table above. This excavated soil
shall be managed in accordance with applicable state and federal regulations outlined in the Contract
Documents. Handling and disposal of materials shall adhere to all transportation requirements,
receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the
Contractor’s Contaminated Soil and Groundwater Handling and Management Plan. The excavations
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 139
will require a shoring system to limit the volume of excavation. Excavation outside the trench limits
shown in the table above shall be at no additional expense to the City.
Wet Weather Earthwork
The Contractor shall perform all wet weather earthwork in small sections to minimize exposure to
wet conditions. All excavations or removal of unsuitable soils shall be immediately followed by
placement and compaction of replacement fill to depth as required.
Limit type of construction equipment to prevent soil disturbance.
The Contractor shall slope and seal with a smooth drum vibratory roller the ground surface within the
construction area to prevent ponding and promote rapid runoff of water.
All soils shall be compacted to avoid absorption of water. Soils which become too wet for compaction
shall be removed and replaced at no additional cost to the Owner.
7-08.3(1)C Bedding the Pipe
(Renton GSP)
Section 7-08.3(1)C is supplemented by adding the following:
Bedding material shall meet the requirements of Gravel Backfill for Pipe Zone Bedding in accordance
with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the
pipe and no further compensation shall be made.
For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be
required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to
installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior
with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be
accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches
of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort.
Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around
the pipes to obtain complete contact.
7-08.3(1)D Pipe Foundation
(Renton GSP)
Section 7-08.3(1)D is a new section:
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which,
in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated
to an additional depth as required by the Engineer and backfilled with foundation gravel material
placed in maximum 12-inch lifts. Foundation gravel shall be CSBC or gravel backfill, as directed by the
Engineer and conform to the requirements of Section 9-03.9(3) and 9-03.12(2) of the Standard
Specifications.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 140
In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as
silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator
fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall
meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be incidental to
the pipe installation unless specified as a separate bid item.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as
specified above and thoroughly compacted to the required grade line at no expense to the City.
7-08.3(2)A Survey Line and Grade
(Renton GSP)
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in
a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying – General
(Renton GSP)
Section 7-08.3(2)B is supplemented by adding the following:
Pipe shall be laid up-grade beginning at the downstream point of connection unless specifically
requested by the Contractor in writing and approved by the Engineer.
Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the crown
elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed
directly on rough ground but shall be supported in a manner, which will protect the pipe against injury
whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating
show defects that may be harmful as determined by the Engineer. Such damaged lining or coating
shall be repaired, or a new undamaged pipe shall be furnished and installed.
The Contractor shall inspect each pipe and fitting prior to installation to ensure that there are not
damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be
closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 141
the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will
not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted
by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a
downhill grade, shall be blocked and held in place until sufficient support is furnished by the following
pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
(Renton GSP)
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the Contractor to avoid over inserting the pipe and damaging the pipe or joint
system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
(Renton GSP)
Section 7-08.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be as follows:
A. Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings
(Fernco or approved equal).
B. Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings
(Fernco or approved equal).
C. PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal) or cut in
new “Tee” using “Strong-Back” Flexible Couplings (Fernco or
approved equal)..
D. Ductile Iron Main Core-drilled with Romac Saddle (or approved equal).
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 142
E. Lined Sewer Main Connection to sewer mains that have been lined (CIPP, Etc.); cut
in new “Tee” using “Strong-Back” Flexible Couplings (Fernco
or approved equal).
F. HDPE Core-Drilled with Romac Saddle. “Inserta-Tee” may be used on
sewer mains 12” diameter or larger.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be per Section 7-05.3(3).
7-08.3(3) Backfilling
(*****)
Supplement this Section with the following:
HMA patching shall conform to Section 2-09.3(1)G.
7-08.3(3)A Backfilling Pipe Trenches
(Renton GSP)
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
Import Trench Backfill shall meet the requirements of Crushed Surfacing in accordance with WSDOT
Standard Specification 9-03.9(3), Gravel Borrow in accordance with WSDOT Standard Specification 9-
03.14(1), or Bank Run Gravel for Trench Backfill in accordance with WSDOT Standard Specification 9-
03.19. The existing soils shall not be reused as trench backfill unless otherwise required by the
Engineer. The structural trench backfill should be moisture conditioned to within approximately 3
percent of optimum moisture content or less as necessary to achieve the specified compaction.
Trench backfill shall be densely compacted in a systematic manner using methods that consistently
produce adequate compaction levels. During placement of the initial lifts, the trench backfill material
shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment
shall not permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been
placed over the pipe bedding.
Contactor shall take special care to obtain good compaction up to the edges of the excavation as the
shoring is removed in accordance with the Shoring Plan. Moreover, attention must be paid to ensuring
good compaction around manholes.
The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall
provide site access at all times for compaction testing and sample collection. Areas of the trench
which fail to meet the compaction requirements shall be removed and replace and re-compacted at
the Contractor’s expense.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 143
The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may
occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at no cost to the City.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test, ASTM D1557.
7‐08.4 Measurement
(*****)
Supplement this Section with the following:
Gravel borrow for backfill of unsuitable material excavation shall be measured per Section 2-09.
END OF DIVISION 7
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 144
(this page intentionally left blank)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 145
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8‐01 EROSION CONTROL AND WATER POLLUTION CONTROL
8‐01.1 Description
(*****)
Section 8‐01.1 is supplemented with the following:
The Contractor shall install and maintain all temporary and permanent erosion control measures and
Best Management Practices (BMPs) in accordance with the Bid Documents, Plans, Standard
Specifications, Permit Conditions, and as directed by the City.
8‐01.3 Construction Requirements
8-01.3(1) General
(*****)
Section 8‐01.3(1) is supplemented with the following:
The Contractor shall bear sole responsibility for damage to completed portions of the project and to
property located off the project caused by erosion, siltation, runoff, or other related items during the
construction of the project. The Contractor shall also bear sole responsibility for any pollution of
rivers, streams, groundwater, or other water that may occur due to construction operations.
Any area not covered with established, stable vegetation where no further work is anticipated for a
period of 15 days shall be immediately stabilized with the approved erosion and sedimentation
control methods (e.g., seeding and mulching, straw, plastic sheet). Where seeding for temporary
erosion control is required, fast germinating grasses shall be applied at an appropriate rate (e.g.,
perennial rye applied at approximately 80 pounds per acre).
At no time shall more than one foot of sediment be allowed to accumulate within a catch basin. All
catch basins and conveyance lines shall be cleaned at a time designated by the Engineer. The cleaning
operation shall not flush sediment-laden water into the downstream system. The cleaning shall be
conducted using an approved vacuum truck capable of jet rodding the lines. The collection and
disposal of the sediment shall be the responsibility of the Contractor at no cost to the City.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
(October 3, 2022, WSDOT GSP)
Delete items number 3 and 4 in the second paragraph of this Section and replace them with the following:
3. Submit to the Engineer no later than the end of the next working day following the inspection a
TESC Inspection Report that includes:
a. When, where, and how BMPs were installed, maintained, modified, and removed.
b. Observations of BMP effectiveness and proper placement.
c. Recommendations for improving future BMP performance with upgraded or replacement BMPs
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 146
when inspections reveal TESC BMP deficiencies.
d. Identify for each discharge point location whether there is compliance with state water quality
standards in WAC 173-201A for turbidity and pH.
4. Updating and maintaining a SWPPP file on site that includes, but is not limited to the following:
a. SWPPP Inspection Reports or Forms.
b. SWPPP narrative.
c. Other applicable permits.
8-01.3(8) Street Cleaning
(*****)
Section 8‐01.3(8) is supplemented with the following:
The Contractor shall clean all surfaced roadways that have become dirty due to the execution of this
project. This shall be done at the completion of each day's activities or more often as directed by the
Engineer. Street sweepers with a vacuum function shall be the only acceptable method used to clean.
Flushing will not be permitted.
The Contractor shall have a vacuum sweeper available, full-time, for the duration of the project.
Not having a full-time vacuum sweeper available and/or sufficient additional material to react in a
timely manner to changes may be grounds for the City to issue a Stop Work Order until the Contractor
remedies the deficiency or the City may elect to complete the street sweeping and deduct the cost
from monies due to the Contractor. Time spent under a Stop Work Order in this situation shall not be
grounds for a claim for additional payment or additional working days.
Roadway sweeping and cleaning shall be considered included in the lump sum "Erosion Control and
Water Pollution Prevention" and no additional payment will be made.
8-01.3(9)D Inlet Protection
(*****)
Section 8‐01.3(9)D is supplemented with the following:
Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing
or earthwork activities. Catch Basin Inserts shall be installed on existing catch basins within the project
area and those immediately downstream of the project site that could possibly receive sediment
laden runoff for the site. They shall be installed and meet the requirements specified on the Plans.
Simply placing a piece of geotextile under the catch basin grate is not acceptable.
Inlet protection can also be in the form of external devices, including culvert inlet sediment traps
composed of straw wattles per Section 8-01.3(10) of the Standard Specifications. Culvert inlet
sediment traps shall be installed upstream of culvert inlets to capture any sediment-laden runoff that
could enter the storm system.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 147
When the depth of accumulated sediment and debris reaches approximately one-half the height of
an internal device or one-third the height of the external device (or less if so specified by the
manufacturers), the deposits shall be removed. The Contractor shall be responsible for removing
catch basin inserts upon completion of the project.
8-01.3(16) Removal
(*****)
Section 8‐01.3(16) is supplemented with the following:
Removing Temporary Erosion and Water Pollution Control BMPs
The Contractor shall removal all Temporary Erosion / Water Pollution Control BMPs within twenty
(20) days after final slope stabilization, landscape restoration, or after the BMPs are no longer needed.
Trapped sediment shall be removed or stabilized on site.
(*****)
Add the following new section:
8-01.3(17) Suspension of Work
If at any time during the life of this Contract the Contractor requests to suspend work due to weather
conditions or other constraints, it shall be the Contractor's responsibility to meet the Temporary
Erosion / Water Pollution Control requirements of the Bid Documents, including maintenance and
repair of BMPs already installed, at all times during suspension.
8‐02 ROADSIDE RESTORATION
8-02.1 Description
(*****)
Section 8‐02.1 is supplemented with the following:
This work consists of restoring areas disturbed during construction activities by placing and grading
topsoil, placing and grading bark mulch in landscaped areas, and replacing plantings as shown in the
Plans.
8-02.2 Materials
(*****)
Section 8‐02.2 is supplemented with the following:
Topsoil Type A Section 9-14.2(1)
Bark or Wood Chip Mulch Section 9-14.5(3)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 148
8‐02.3 Construction Requirements
(*****)
Section 8‐02.3 is supplemented with the following:
Topsoil shall be placed over the disturbed area at an average compacted depth as specified on the
Plans. All restoration practices shall be completed unless otherwise directed by the Engineer.
Landscape construction is anticipated to begin after all curbs, sidewalks, and associated roadside work
is complete. Landscape materials shall not be installed until weather permits and installation has been
authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape
materials may be delayed.
The Contractor shall take necessary measures to keep the premises clean and free of excess soils,
plants, refuse, and debris resulting from the Contractor’s work. The Contractor shall prevent erosion
and siltation of downstream facilities and adjacent properties.
8-02.3(4) Topsoil
(*****)
Section 8‐02.3(4) is supplemented with the following:
The Contractor shall thoroughly scarify surface by tilling, disking, or harrowing after the subgrade has
been backfilled to the elevations needed to establish finished grade after topsoil placement as
indicated on the Plans. Prior to placement, the Engineer shall approve topsoil material. If the
Contractor furnishes and places topsoil without prior approval, it shall be done at the Contractor's
expense. Final grading shall include raking, floating, dragging, and rolling to remove all surface
irregularities and to provide a firm, smooth surface with positive drainage.
8-02.3(9)B Seeding and Fertilizing
(*****)
This Section is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing species which will grow
without irrigation at the project location, and accepted by the Engineer.
Seed of the following mix, rate, and analysis shall be applied at the rates shown below on all areas
requiring seeding and fertilizing within the project:
Seed by Common Name (Botanical Name),
and “Source Identification”
Percent of Mix
(by weight)
*** Kentucky Bluegrass 30
Creeping Red Fescue 20
Perrenial Ryegrass 50
TOTAL 100
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 149
Application rate: 8-10 lbs/1000 sf
Purity: Not less than 98 percent
Germination: Not less than 90 percent ***
Seed shall meet or exceed Washington State Department of Agriculture Certified Seed Standards and
be from within the Marine West Coast Forest and Strait of Georgia/Puget Lowland Ecoregion(s) as
defined by the US Environmental Protection Agency (EPA).
The seed certification class shall be Certified (blue tag) in accordance with WAC 7 16-302 and meet
the following requirements:
Prohibited Weed 0% max.
Noxious Weed 0% max.
Other Weed 0.20% max.
Other Crop 0.40% max.
Seed mix shall include at least two pollinator species. Seed shall be spread by hydroseed/mulch
methods. Hydroseeding shall include first application with seed and 10% mulch fiber; second
application with no seed and 90% mulch fiber. Wood Cellulose Fiber Mulch shall be in accordance
with Section 9-14.5(2). Tackifier shall be in accordance with Section 9-14.5(7).
8‐02.4 Measurement
(*****)
Supplement this Section with the following:
Topsoil, bark, woodchip mulch, and soil amendments will be measured by the square yard along the
grade and the slope of the covered area immediately after placement.
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
(*****)
Supplement this Section with the following:
When curb elevations are shown on the Plans they are approximate and shall be adjusted as required
based on field conditions and as needed to provide positive drainage.
The Contractor shall have the subgrade prepared and formwork in place at least 24 hours prior to
pouring concrete. The Engineer shall review the line and grades of the curb and the Contractor shall
make minor adjustments as necessary. Minor adjustment shall be considered as changes to the Plan
elevations or offsets of 3 inches or less. The work to revise the lines, formwork and subgrade for minor
adjustments shall be considered incidental to the bid price for cement concrete traffic curb and gutter.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 150
If the lines and formwork are not in conformance with the Plans, all adjustments, regardless of size,
shall be at the sole expense of the Contractor. Adjustments to the lines and grades shall not constitute
a basis for claims for additional contract time or expenses.
Curb shall be protected against damage or defacement of any kind until it has been accepted by the
Engineer. Work that is not acceptable to the Engineer because of damage or defacement shall be
removed and replaced by the Contractor at the Contractor’s own expense.
Pigmented curing compounds shall not be used on curb and gutter. Only clear curing compounds will
be permitted.
At curb ramps, cement concrete curb shall be flattened to create a thickened edge curb. Per the
detectable warning surface detail on the Plans, the thickened edge curb shall eliminate the gap
between the detectable warning surface and the back of the curb. In addition, the lip of the gutter
shall be flush with the pavement at all curb ramps with no exceptions.
8-04.4 Measurement
(*****)
Supplement this Section with the following:
Pedestrian curb will not be measured for payment. All costs to construct pedestrian curbs shall be
included in the curb ramp unit price.
(*****)
Add the following new Section:
8-05 RESOLUTION OF UTILITY CONFLICTS
8-05.1 Description
Locations of possible conflicts at utility crossings can be seen on the Plans. Based on the actual
location of utility markings, it may be necessary to uncover existing utilities and determine
the exact locations.
After completing field marking of the existing utilities, the Contractor shall determine if an
existing utility may be in conflict with the planned improvements. Should a conflict seem
likely, the Contractor shall notify the City. If the City concurs that a conflict is likely, the
Contractor will be directed to expose the location of the subject utility (pothole) and record
the size of pipe and horizontal (by Station and Offset) and vertical elevation (using project
datum) location on the Contractor’s Record Drawings. The Contactor shall provide the
Engineer with a copy of the plan sheet with the pothole information. Upon receipt of this
information, the Engineer will determine if a conflict exists. The City will notify the Contractor
within seven full working days as to what design modifications, if any, are required to resolve
the conflict.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 151
8-05.2 Vacant
8-05.3 Construction Requirements
Utility conflicts discovered during construction will typically be addressed by adjusting the
location of the proposed utility that conflicts with the existing utility. Should existing
conditions and/or proposed improvements prohibit relocation of the new improvements,
then the existing, conflicting utility will be relocated.
If a conflict arises between the proposed improvements and an existing utility, the Resolution
of Utility Conflicts item will compensate the Contractor for standby time and additional work
in the following manner:
1. Standby time resulting from existing utility conflicts
a. Standby time is defined as time the Contractor is unable to proceed with the
progression of a specific work item due to conflicts with existing facilities.
Payment for standby time shall be limited to:
i. For each agreed upon conflict, a maximum of 2 hours of standby time
will be paid for actual delay of labor and equipment due to a utility
conflict. The Contractor shall be responsible to adjust his work
schedule and/or reassign his work forces and equipment to other
areas of work to minimize standby time.
ii. If the conflict is resolved within one (1) hour of verbal notification to
the Engineer, no standby time will be paid.
iii. No standby time will be paid if Contractor forces can be redirected to
other portions of work. Availability of other work shall be at the sole
discretion of the Engineer.
2. Additional work required to resolve utility conflicts will be paid for at the Bid unit
prices for the associated work. Work that can be measured and paid for at the unit
Contract prices shall not be identified as force account work.
8-05.4 Measurement
“Potholing” shall be measured per each for each pothole pre-approved by the Engineer prior
to excavation. To be considered for payment, potholing must be done prior to starting
trenching or excavation work. The quantity for “Potholing” is an estimate, and the actual
number of potholes may be more or less that that shown in the Proposal. The provisions of
Section 1-04.6 do not apply to this Bid item.
Measurement and payment for Resolution of Utility Conflicts shall be by “Minor Change” per
Section 1-04.4(1).
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 152
8-05.5 Payment
“Potholing”, per each.
The unit Contract price for “Potholing” per each shall be full compensation for all labor, tools,
equipment, and materials necessary to expose the locations of existing utilities, record
vertical and horizontal locations, backfill, and compact excavated areas per City Standard
Details. This unit price shall also include the cost for rescheduling work as required to allow
the City time (up to seven working days) to issue any design modifications as may be required.
For the purposes of bidding equality, the Contracting Agency has furnished an estimated
quantity for Potholing. Actual payment for this work will be made only for the actual amount
of work performed as authorized and deemed necessary by the Engineer and may differ from
the estimated amount provided.
8-09 RAISED PAVEMENT MARKERS
8-09.3 Construction Requirements
8-09.3(1) Preliminary Spotting
(*****)
Supplement this Section with the following:
Raised pavement markers shall be installed at locations specified in the Plans. Minor field adjustments
shall be made as needed and as approved by the Engineer to ensure markers are not placed over
longitudinal or transverse joints in the pavement surface.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.2 Materials
(*****)
Supplement this Section with the following:
Concrete sidewalks shall be commercial concrete.
8-14.3 Construction Requirements
(*****)
Supplement this Section with the following:
The Contractor shall receive approval of the Engineer for the line and grade of the sidewalk being
installed prior to pouring the concrete. The Contractor shall have the subgrade prepared and
formwork in place at least 24 hours prior to pouring concrete. The Engineer shall review the line and
grades of the sidewalk and the Contractor shall make minor adjustments as necessary. Minor
adjustment shall be considered changes in the Plan elevations or offsets of 3 inches or less. The work
to revise the lines, formwork and subgrade for minor adjustments shall be considered incidental to
the bid price for cement concrete sidewalk.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 153
If the lines and formwork are not in conformance with the Plans, all adjustments, regardless of size,
shall be at the sole expense of the Contractor. Adjustments to the lines and grades shall not constitute
a basis for claims for additional contract time or expenses.
The sidewalk cross slope shall be 2% or less. Any sidewalk installed at a cross slope greater than 2%
without prior written approval of Engineer shall be removed and replaced at the Contractor’s expense.
8-14.3(3) Placing and Finishing Concrete
(*****)
Supplement this Section with the following:
In areas where existing cement concrete sidewalks are being restored, the sidewalk shall be removed
to the nearest joint before commencing excavation and shall be removed so as not to tear or ravel
the edges. All cuts shall be continuous and shall be made with a machine especially equipped for this
purpose. No skip cutting will be allowed. The finish and joints shall be the same as the original work.
The dimensions shall be as shown on the Plans or as directed in the field by the Engineer.
(*****)
Add the following new Section:
8-14.3(6) Curb Ramps
Some of the curb ramps on this project may have been modified from the standard details to fit the
project conditions while meeting current ADA requirements. The Contractor shall take special care to
assure that the ramps are constructed in conformance with ADA requirements. The following
requirements shall apply to all curb ramps:
1. Truncated domes shall be placed on the bottom two feet of the ramp.
2. The landing length shall be a minimum of 48 inches.
3. The cross slope of the landing or ramp shall not be steeper than 2%.
4. The longitudinal slope (up or down the ramp) of the ramp shall not exceed 8.3%.
5. The flare side slopes shall not exceed 10%.
Compliance with ADA Standards is taken very seriously and minor modifications to the dimensions
shown on the Plans may be required to meet current standards. Therefore, prior to pouring concrete
at the curb ramp locations, the Contractor shall have each ramp inspected and receive written
approval from the Engineer that the forms are set in compliance with ADA Standards. Ramps poured
without written approval that do not meet current ADA standards shall be removed and replaced at
the Contractor’s expense, regardless of whether they conform to the dimensions shown on the Plans.
Concrete which is not placed such that the finished surface is a flat and uniform plane may result in
non-compliance with the ADA standards and shall be removed and replaced at the Contractor’s
expense.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 154
Per the Standard Specifications, detectable warning surfaces shall be furnished and installed on each
curb ramp.
Pedestrian curbs shall be placed where shown on the Plans and where necessary to transition from a
lowered grade at depressed concrete ramps to the adjacent finished grade.
The Contractor shall set all concrete forms, check for ADA compliance, and then obtain written
approval from the Engineer for each curb ramp prior to placing concrete.
Add the following new Section:
(*****)
8-14.3(7) Cold Weather Work
The following additional requirements for placing concrete shall be in effect from November 1 to
April 1:
• The Engineer shall be notified at least 24 hours prior to placement of concrete.
• All concrete placement shall be completed no later than 2:00 p.m. each day.
Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be
placed until the ground is completely thawed. At the time, the forms shall be adjusted and the
subgrade repaired as determined by the Engineer.
8-14.4 Measurement
(*****)
Revise the second paragraph of this Section to read:
Cement Conc. Curb Ramp Type ___ will be measured per each for the complete curb ramp type
installed and includes construction of cast-in-place detectable warning surfaces and pedestrian curb.
8-18 Mailbox Support
8-18.3 Construction Requirements
(*****)
Section 8-18.3 is supplemented with the following:
The existing mailbox at 16045 116th 116th Avenue SE shall be relocated to the location noted in the Plans.
Materials shall consist of the existing mailbox, post, decorative features and hardware unless otherwise
approved by the Engineer. The mailbox shall be removed carefully as to prevent damaged and relocated.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 155
8-18.5 Payment
(*****)
Section 8-18.5 is modified as follows:
“Relocation of Existing Mailbox @ 16045 116th Ave SE”, per each
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS,
AND ELECTRICAL
8-20.1 Description
(*****)
Section 8-20.1 is supplemented with the following:
Work includes furnishing and installing all materials necessary to provide:
• RRFB system at the midblock crossing of 116th Ave SE
• RRFB system at the intersection of 116th Ave SE and SE 162nd Street
• Spare conduit for future lighting along the corridor
• Relocation of the existing speed camera system
• Relocation of existing solar school zone flashing beacon system
8-20.1(1) Regulations and Code
(Renton GSP)
Section 8-21.1(1) is supplemented with the following:
All materials and methods required under this section, unless otherwise superseded herein, shall
conform to the 2025 edition of the Washington State Department of Transportation Standard
Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as
Standard Specifications), to all current amendments to the Standard Specifications, to the latest
edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction
(herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the
City of Renton Standards and Details, to the latest edition of the National Electric Code (NEC), and to
the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the
State of Washington.
(Renton GSP)
Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following:
All electrical equipment shall conform to the standards of the National Electrical Manufacturers
Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for
Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials
(AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code
(NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other
codes listed herein.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 156
Where applicable, materials shall conform to the latest requirements of the Washington State
Department of Labor and Industries and Puget Sound Energy.
8-20.1(2) Industry Codes and Standards
(Renton GSP)
Section 8-20.1(2) is supplemented with the following:
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331,
445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.1(3) Permitting and Inspections
(Renton GSP)
Section 8-20.1(3) is supplemented with the following:
The Contractor will be responsible for coordinating, obtaining, and paying for all permits, including
electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain
and comply with electrical permits shall be included in the applicable bid items for the work involved.
All required electrical permits shall be obtained before beginning trench excavation.
The City of Renton Electrical Inspector shall inspect and approve the electrical portions of the project.
The Contractor shall notify the Electrical Inspector at least 24 hours in advance of required field
inspection. Before work begins, the Contractor shall contact the Electrical Inspector to coordinate a
schedule of electrical inspections (call the request line at 425-430-7275). This project shall be
accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform
to the current adopted version of the NEC.
8-20.1(4) Restrictions of the schedule of Work
(Renton GSP)
Section 8-20.1(4) is added as follows:
All work in the roadway is subject to the traffic control requirements specified in Section 1-10 of these
Special Provisions.
8-20.1(5) Traffic Control during Construction
(Renton GSP)
Section 8-20.1(5) is added as follows:
The Contractor shall include in the submitted traffic control plan, detailed plan during roadway
trenching, erection of mast arms, installation of vehicle detection, and other activities requiring lane
closures or detours. See Section 1-10 of these Special Provisions for traffic control requirements and
uniformed police officer requirements.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 157
8-20.2 Materials
8-20.2(1) Equipment List and Drawings
(Renton GSP)
Delete the first paragraph of Section 8-20.2(1) and replace with the following:
The Contractor shall submit to the Engineer a completed “Request for Approval of Material” that
describes the material proposed for use to fulfill the Plans and Specifications. Request for Approval of
Materials shall submitted with all traffic signal, communication, and illumination materials in one
complete package.
(Renton GSP)
Delete the third and fourth paragraph of Section 8-20.2(1) and replace with the following:
The Contractor shall submit shop drawings to the City for approval for light and traffic signal standards
conforming to the Special Provisions and Contract Plans.
8-20.3 Construction Requirements
(*****)
Section 8-20.3 is supplemented with the following:
The Contractor shall coordinate with City of Renton Transportation Maintenance Manager (contact
person: Eric Cutshall at 425-430-7423) for all required electrical system installation work and testing.
8-20.3(1) Maintenance During Construction
(*****)
Section 8-20.3(1) is supplemented with the following:
The school zone speed sign and the speed camera system relocations shall not occur during scheduled
school days. The Contractor shall coordinate with the City of Renton Transportation Maintenance
Manager (contact person: Eric Cutshall at 425-430-7423) and with the Renton School District prior to
relocation.
8-20.3(2) Excavating and Backfilling
(Renton GSP)
Section 8-20.3(2) is supplemented with the following:
Underground utilities of record will be shown on the Plans insofar as information is available. These,
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 158
however, are shown for convenience only and the City assumes no responsibility for improper
locations or failure to show utility locations on the construction plans.
The location of existing underground utilities, when shown on the Plans, is approximate only, and the
Contractor shall be responsible for determining their exact location. The Contractor shall check with
the utility companies concerning any possible conflict prior to commencing excavation in any area, as
not all utilities may be shown on the Plans.
The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior
to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for
resolution.
The Contractor shall be entirely responsible for coordination with the utility companies and arranging
for the movement or adjustment, either temporary or permanent, of their facilities within the project
limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate
alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the
Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to
avoid utility conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the
contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility
location markings placed on the surface by the various utility companies. If a conflict is identified, the
following process shall be used to resolve the conflict:
• Contact the Engineer and determine if there is an alternative location for the foundation,
junction box, vault or conduit trench.
• If an adequate alternate location is not obvious for the underground work, select a location
that may be acceptable and pothole to determine the exact location of other utilities.
Potholing must be approved by the Engineer.
• If an adequate alternate alignment still cannot be identified following potholing operations,
the pothole area should be restored and work in the area should stop until a new design can
be developed.
• The Contractor shall get approval from the Engineer prior to installation.
• The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts.
The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed
to by the utility owner.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 159
8-20.3(4) Foundations
(Renton GSP)
Section 8-20.3(4) is supplemented with the following:
The anchor bolts shall match that of the device to be installed thereon.
All concrete foundations shall be Class 4000P concrete per Standard Specification 6-02.3(1).
Criteria for when signal and Illumination standards can be installed on foundations shall be per
Standard Specifications 8-20.3(14)E. The poles shall have a minimum of three (3) feet clearance
between the side of the pole and closest point of contact, any wall, slope, fixed object, or other
obstructions to allow for maintenance.
Sono tubes shall not be allowed.
Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material
shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing the
concrete the Contractor shall block-out around any other underground utilities that lie in the
excavated base so that the concrete will not adhere to the utility line.
Concrete foundations shall be troweled, brushed, edged and finished in a workmanship-like manner.
Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after
placement. After the specified curing period, the Contractor may install the applicable device thereon.
All concrete foundations shall be constructed in the manner specified below:
1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as
specified by the Engineer.
2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the
luminaire foundation shall be made flush with the bottom of the sidewalk or island, or the top
of the signal foundation shall be made flush with the top of the sidewalk or island.
All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall
be staked by the Contractor and locations shall be field verified and approved by the Engineer in the
field prior to excavation.
The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation.
The Contractor shall also securely locate all conduit required, including a spare 2-inch conduit to be
used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J-box.
Location of all concrete foundations shall be approved by the Engineer prior to excavation.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 160
Construction Sequence
All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be
completed before shaft construction begins. After shaft construction is completed, all loose or
displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive
the footing concrete.
Shaft Excavation
1. Shafts shall be excavated to the required depth as shown in the Plans or as required by the
Engineer. The excavation shall be completed in a continuous operation using equipment
capable of excavating through the type of material expected to be encountered. The concrete
shall be placed within two hours after the completion of shaft excavation and cleanout
without any undue delay.
2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured
by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the
safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary
casing should be used if necessary to ensure such safety and stability.
3. Where caving conditions are encountered, due to soft soils or water intrusion, no further
excavation will be allowed until the Contractor selects a method to prevent ground
movement. The Contractor may elect to place a temporary casing or use other methods
approved by the Engineer.
4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom
of the excavation such that a minimum of 50 percent of the base of each shaft will have less
than 1inch of sediment at the time of placement of the concrete. The maximum depth of
sediment or any debris at any place on the base of the shaft shall not exceed 2 inches.
5. If unexpected obstructions, which require specialized equipment and/or labor are
encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued
as approved by the Engineer.
Excavation Inspection
1. The Contractor shall provide equipment for checking the dimensions and alignment of each
permanent shaft excavation. The dimensions and alignment shall be determined by the
Contractor with the approval of the Engineer.
2. Final shaft depths shall be measured with a suitable weighted tape or other approved
methods after final clean-out.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 161
3. Shaft cleanliness will be determined by the Engineer, by visual inspection.
4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete
into the shaft.
Reinforcing Steel Cage Construction and Placement
1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers,
centralizers, and other necessary appurtenances shall be completely assembled and placed as
a unit immediately after the shaft excavation is inspected and accepted prior to concrete
placement. The reinforcing cage shall be rigidly braced to retain its configuration during
handling and when lowered into the shaft, during placement of concrete and extraction of the
casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall
include bracing and any extra reinforcing steel required to fabricate the cage in the shop
drawings.
2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation
in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of
the shaft shall be extended the additional length. Tie bars shall be continued for the extra
depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth.
These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding
to the planned reinforcing steel will not be permitted unless specifically shown in either the
Plans or Special Provisions.
3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will
remain within allowable tolerances given in this specification. Concrete spacers or other
approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom
and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire
cage length. Spacers shall be constructed of approved material equal in quality and durability
to the concrete specified for the shaft.
4. The elevation of the top of the steel cage shall be checked before and after the concrete is
placed. If the rebar cage is not maintained within the specified tolerances, corrections shall
be made by the Contractor as required by the Engineer. No additional shafts shall be
constructed until the Contractor has modified his rebar cage support in a manner satisfactory
to the Engineer.
Concrete Placement
Concrete placement shall commence within two (2) hours after completion of the excavation and shall
be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 162
tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed
through a hopper at the top of the tube so that the concrete is deposited through the center of the
reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the
reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval
of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be
vibrated.
Casing and Forming Removal
During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil
and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to
concrete placement.
All other forming materials shall be removed and adjacent area restored.
Construction Tolerances
1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal
plane, at the Plan elevation for the top of the shaft.
2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more
than 1/4 inch per foot of depth.
3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2
inch above and no more than 1/2 inch below the Plan position.
4. The minimum diameter of the drilled shaft shall be 1inch less than the specified shaft
diameter.
5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft
elevation.
6. Excavation equipment and methods shall be designed so that the completed shaft excavation
will have a flat bottom. The cutting edges of excavation equipment shall be normal to the
vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter.
Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed
within the required tolerances are unacceptable. When approved, corrections may be made to an
unacceptable drilled shaft excavation by any approved combination of the following methods:
1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the
reinforcing steel cage with the required minimum concrete cover.
2. Increase the number and/or size of the steel reinforcement bars.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 163
The approval of the correction procedures is dependent on analysis of the effect of the degree of
misalignment and improper positioning. Correction methods may be approved as design analysis
indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed
by a Professional Engineer licensed in the State of Washington. Materials and work necessary,
including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft
excavations shall be furnished at no cost to the Contracting Agency.
Submittals
1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer
for the reinforcing cage.
2. Work shall not proceed until the appropriate submittals have been approved in writing by the
Engineer.
8-20.3(5) Conduit
8-20.3(5)A General
(Renton GSP)
Section 8-20.3(5)A is supplemented with the following:
Pull strings shall be provided and installed by the Contractor.
When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the
interconnect cable into and out of the junction boxes shall be offset as directed by the Engineer to
accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of
24-inches.
Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet
for maximum accessibility or as directed by the Engineer.
Conduits shall be capped during construction using manufactured seals to prevent entrance of water
and debris. Spare conduits shall be capped and labeled as City of Renton conduits and shall include
polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull
tape shall also be added to conduits occupied with non-electrical cables.
Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the
Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage
from sidewalk panel formwork.
Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor shall
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 164
verify the conduit size and schedule before ordering the new conduit sections. The size provided on
the Plans is an estimation.
8-20.3(5)B Conduit Type
(Renton GSP)
Delete the second paragraph of Section 8-20.3(5)B and replace with the following:
Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract Plans.
(Renton GSP)
Section 8-20.3(5)B is supplemented with the following:
All conduit shall be rigid non-metallic unless noted otherwise in the Contract Plans or Special
Provisions.
All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit
shall be consistent within continuous conduit runs with no mixing of different schedule types between
terminations.
The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as
indicated on the wiring and conduit schedule shown on the Plans.
All joints shall be made with strict compliance to the manufacturer's recommendations regarding
cement used and environmental conditions.
Conduits shall be capped during construction using manufactured seals to prevent entrance of water
and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire
(including spare conduits for locating purposes).
Spare conduits shall be capped and labeled "City of Renton" conduits.
8-20.3(5)E1 Open Trenching
(Renton GSP)
Section 8-20.3(5)E1 is supplemented with the following:
The Contractor shall provide trenching as specified herein, regardless of the material encountered, as
necessary for complete and proper installation of the signal, illumination and ITS conduit. Trenching
shall conform to the following:
Uniform Construction
Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 165
provide a uniform grade, with a width and depth as specified herein. All trenches for placement of
conduit shall be straight and as narrow in width as practical to provide a minimum of pavement
disturbance.
Trench Inspection
No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills
around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches.
When trenching is being accomplished within the sidewalk area, the backfill can be made with
acceptable materials from the excavation and shall be considered a necessary part of and incidental
to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used
excavation material shall be incidental to the cost of trenching or excavating. The compaction
requirements for the roadway backfill shall apply.
Saw Cut for Trench
Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and
shall be parallel. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,400
psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15
of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be
cleaned in accordance with Section 1-07.15 of the Standard Specifications.
Pavement Removal
Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in
removing existing paving not to damage the pavement outside of the saw cut lines.
Trench Depth
Trench depth shall provide a minimum cover for conduit of 24-inches below the top of the roadway
base, except trench depth for conduits designated for fiber optic cabling shall provide a minimum
cover of 36 inches below the top of the roadway base.
Trench Width
The trench width shall be a minimum of 12 inches
Trenching in Landscaped Areas
Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any
damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own
expense and to the satisfaction of the Engineer.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 166
Trenching Through Concrete Sidewalk Areas
Trenching in these areas shall require removal and replacement of the concrete to the limits of the
existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching.
8-20.3(5)F Damaged or Blocked Conduits
(Renton GSP)
Section 8-20.3(5)F is added as follows:
Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to
remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards
the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the
potential blocked/damaged location using a fish tape. Once the blockage location is identified, the
Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is
removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape
passes through the conduit past the identified blockage point easily, the Contractor shall attempt to
reinstall all existing cabling along with the new cabling called out in the Contract Plans.
If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate
down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval
from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be
removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the
Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and
surface restoration will be paid for by change order or Minor Change as determined by the Engineer.
The cost for other work needed to identify and remedy blocked conduits as described in this Section
shall be incidental.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
(Renton GSP)
Section 8-20.3(6) is supplemented with the following:
All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall
include six inches of 5/8th-inch minus crushed surfacing top course material installed under and
around the base of the junction box. The junction box shall include installation of a 4" thick Class "B"
cement concrete pad enclosing the junction box as per the Plans, specifications and detail sheets.
Concrete shall be promptly cleaned from the junction box frame and lid.
If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the
edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight
edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 167
molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All
junction boxes placed in the sidewalks shall have skid resistant lids.
Junction boxes shall have galvanized steel locking lids and frames.
Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to
or installed in their final grade and location, unless installation is necessary to maintain system
operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment.
The Contractor shall not damage any existing conduits when replacing or excavating existing junction
boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the
conduits, installation of new conduits or when excavating.
8-20.3(8) Wiring
(Renton GSP)
Section 8-20.3(8) is supplemented with the following:
For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for
the following steps: 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new
cabling if a pull rope does not already exist. 2) If the Contractor cannot get the rod/fish tape to pass
through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking
the rod/fish tape path. The Contractor shall be careful not to blow air into controller or se rvice
cabinets. 3) If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor
shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is occupied) and use
that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for
pulling. 4) If no existing wire can be used to pull in the new wire, the Contractor shall try another
conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in the new
wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and
disconnecting/ reconnecting cable shall be the Contractor’s cost responsibility. In an event that none
of these steps led to successful wire installation, the Contractor shall install new conduit as directed
by the Engineer.
8-20.3(9) Bonding, Grounding
(Renton GSP)
Section 8-20.3(9) is supplemented with the following:
All street light standards, signal poles and other standards on which electrical equipment is mounted
shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with
a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets
and signal/lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 168
clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in
accordance with the Plans, specifications and applicable codes.
Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items
in the proposal.
Polyester detectable pull tape shall not be connected to the equipment-grounding system.
The Contractor shall provide and install bonding and grounding wires as described in Standard
Specifications and the National Electric Code for any new metallic junction box and any modified
existing junction boxes. For the purposes of this section, a box shall be considered “modified” if new
current-carrying conductors are installed, including low-voltage conductors, or if the box is adjusted
to grade, or if the box lid is modified.
8-20.3(11) Testing
(Renton GSP)
Section 8-20.3(11) is supplemented with following:
All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge
of the construction. The work shall proceed in accordance with the approved construction schedule
previously supplied to and approved by the City. The Inspector and Engineer may, at their option,
require work completed without their knowledge or inspection to be dismantled so that it can be
inspected to their satisfaction.
Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical
Control Permit in the service cabinet.
8-20.3(17) “As Built” Plans
(Renton GSP)
Section 8-20.3(17) is supplemented with the following:
Upon completion of the construction and prior to the turn-on of any traffic control equipment, the
Contractor shall furnish an “as-built” plans of each intersection showing all signal heads, pole
locations, detectors, junction boxes, miscellaneous equipment, conductors, cable wires up to the
signal controller cabinet, and with a special symbol identifying those items that have been changed
from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6
inches vertical distance above, below, or at the surface.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 169
8-20.4 Measurement
(*****)
This section is modified as follows:
When shown as lump sum in the Plans or in the proposal as “RRFB System @________, Complete;”
“Spare Conduit System, Complete”, “Solar Speed Camera System Relocation, Complete”, and “School
Zone Flashing Beacon Relocation, Complete” no specific unit of measurement will apply, but
measurement will be for the sum total of all items for a complete system to be furnished and installed.
Surface restoration (regardless of surfacing type) for areas disturbed by activities associated with
installing traffic signal equipment per this Section and not otherwise called out for replacement or in
excess of the limits shown in the Sit Preparation, Roadway and/or Intersection Plans, shall be included
in the respective lump sum price and no additional measurement shall be made.
For locations where the speed camera system and spare conduit system are installed parallel to each
other, they shall be installed in the same trench and all trenching, borings potholing, conduit bedding,
trench backfill, and disposal of excavated materials shall be paid for per the “Spare Conduit System,
Complete” bid item and no separate measurement will be made.
Restoration of facilities destroyed or damaged during construction shall be considered incidental to
the bid items included in this section and no additional compensation will be made.
8-20.5 Payment
This section is modified as follows:
“Spare Conduit System, Complete”, lump sum.
The lump sum bid price for “Spare Conduit System, Complete” in the Proposal shall be full
compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to the
complete installation of the spare conduit systems including but not limited to excavation, conduit
bedding, trench backfill, disposal of excavated materials, conduit, junction boxes, restoring all facilities
damaged or destroyed during construction, and for all required tests, inspections and permits. All
additional materials and labor, not shown on the plans or called for herein and which are required to
provide a complete and functional systems called for in the plans, shall be included in the lump sum
bid price in the Proposal.
“RRFB System @ Midblock Crossing, Complete”, lump sum.
“RRFB System @ SE 162nd St, Complete”, lump sum
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 170
The lump sum bid price for “RRFB System @_____, Complete” in the Proposal shall be full
compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to the
complete installation of the RRFB system including but not limited to RRFB assemblies including
foundations, poles, breakaway base systems, control cabinets, signs, RRFBs with pedestrian indicators,
pedestrian push buttons, wiring, advanced signage including poles and signs, and all other items to be
furnished and installed for a complete operational system as shown on the plans for that particular
location. All additional materials and labors, not shown on the plans, shall be included in the lump
sum bid price in the Proposal.
“Solar School Zone Speed Sign Relocation, Complete”, lump sum
The lump sum bid price for “Solar School Zone Speed Sign Relocation, Complete”, Lump Sum in the
Proposal shall be full compensation for the costs of all labor, tools, equipment and materials necessary
or incidental to the complete removal of the existing and installation at new location of two (2) School
Zone speed Signs including but not limited to: removing existing foundations, removing exiting
equipment, new foundations, reinstalling equipment, conduit, wiring, testing, and all other items to
be furnished and installed for a complete operational system as shown on the plans for the particular
location. All additional materials and labor, not shown on the plans or called for herin and which are
required to provide a complete and functional systems called for in the plans, shall be included in the
per each bid price in the Proposal.
“Speed Camera System Relocation, Complete”, lump sum
The lump sum bid price for “Speed Camera System Modifications, Complete”, Lump Sum in the
Proposal shall be full compensation for the costs of all labor, tools, equipment and materials necessary
or incidental to the modifications of the existing Speed Camera System including but not limited to:
removing existing loops, removing existing stub out, removing exiting wiring, conduit, wiring, stub out,
testing, and all other items to be furnished and installed for a complete operational system as shown
on the plans for the particular location. All additional materials and labor, not shown on the plans or
called for herin and which are required to provide a complete and functional systems called for in the
plans, shall be included in the per each bid price in the Proposal.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 171
8-21 PERMANENT SIGNING
8-21.2 Materials
(Renton GSP)
Section 8-21.2 is supplemented with the following:
Materials shall meet the requirements of the following sections as applicable unless noted:
Painting 6-07
Permanent Signing 8-21
Signing Materials and Fabrication 9-28
Lettering and border graphics shall be white, non-reflective, in an opaque, white 2-mil cast vinyl
adhesive graphic film with matte finish, clear, removable, pressure-sensitive adhesive (solvent
acrylic) for exterior signage application and have a life performance of (7) years durability, UV
resistant, chemical and moisture resistant.
Street Name Signs shall have 2-mil cast vinyl adhesive graphic film with matte finish, clear,
removable, pressure-sensitive adhesive (solvent acrylic) for exterior signage application and have a
life performance of (7) years durability, UV resistant, chemical and moisture resistant, applicable for
color printing application.
Aluminum sheet shall conform to ASTM B209M – 07 Standard Specification for Aluminum and
Aluminum Alloy Sheet and Plate.
Fasteners to secure sign plates into places shall be Type 316 stainless steel. Zinc-plated fasteners
with coating complying with ASTM B 633, Class FE/ZN 5.
Custom colored digitally printed logo shall have coefficient of retroreflection varying between that
of the base sheeting as given in Table B, and zero (opaque) depending on the hue and saturation (or
chromaticity and lightness) of the custom color.
Conformance to standard chromaticity and luminance factor requirements shall be in accordance
with ASTM E1164.
Conformance to coefficient of retroreflection requirements shall be in accordance with ASTM E810
“Test Method for Coefficient of Retroreflection of Retroreflective Sheeting”.
Minimum percentage of retroflection retained after 8 years shall be minimum of 70%.
Adhesive and film properties shall be applied to test panels and conditioned in accordance with
ASTM D4956 and test methods and conditions shall conform to ASTM D4956.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 172
The following properties shall conform to the requirements in ASTM D4956:
1. Adhesion
2. Outdoor weathering - retained coefficient of retroreflection- colorfastness
3. Shrinkage
4. Flexibility
5. Liner removal
6. Impact resistance
Gloss test method shall be in accordance with ASTM D523. Rating shall not be less than 50.
Optical stability of the sheeting shall retain a minimum of 85% and a maximum of 115% of the original
coefficient of retroreflection.
8-21.3 Construction Requirements
(Renton GSP)
Section 8-21.3 is supplemented with the following:
Surface of street name sign plate shall be prepared by sheeting manufacturer’s recommendations.
Vinyl adhesive graphic film shall be positioned at zero degree application angle at +4°C minimum (air
and substrate) per manufacturer’s recommendation.
Sign Code Numbers indicated on the Plans are in reference to the Washington State Department of
Transportation Sign Fabrication Manual and the Manual on Uniform Traffic Control Devices
(MUTCD).
Upon completion of the project, the Contractor shall reset all signs that have been disturbed or
removed during the construction in their permanent location to the satisfaction of the City. Existing
concrete at the base of signpost shall be removed prior to installation in new concrete.
All costs associated with resetting, relocation and removal & replacement of existing signs shall be
included in the lump sum “Permanent Signing”. Any sign that is relocated or reinstalled shall be
bought up to current City Of Renton Standard.
The Contractor shall coordinate with King County Metro for the removal and relocation of all bus
stop signs within the project area. Any damage due to the Contractor’s negligence before the end of
the project shall be replaced by the Contractor with no additional compensation allowed.
Any damage due to the Contractor’s negligence before the end of the project shall be replaced by
the Contractor with no additional compensation allowed.
The Contractor shall request from the Engineer electronic graphic files prior to street name sign
samples approval. The Contractor shall provide graphic artwork, catalog cut sheet and a full scale
sample of all street name signs mounted on signal mast arms for Engineer’s approval, prior to
manufacturing.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 173
The Contractor shall provide three (3) copies of shop drawings for fabrication, fastening locations,
and installation of all street name sign types prior to fabrication, for Engineer’s approval.
8-22 PAVEMENT MARKING
8-22.1 Description
(Renton GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to the following WSDOT Standard Plans and City of Renton
Standard Plans:
COR 109 PAVEMENT MARKING NOTES
COR 127 MID-BLOCK CROSSWALK AND STOP BAR PAVEMENT MARKINGS
COR 128 INTERSECTION CROSSWALK AND STOP BAR PAVEMENT MARKINGS
M-3.10 LEFT TURN CHANNELIZATION
M-3.20 LEFT-TURN CHANNELIZATION REDUCED TAPERS
M-3.30 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN
LANES
M-3.40 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION
M-3.50 DOUBLE LEFT TURN CHANNELIZATION
M-5.10 RIGHT TURN CHANNELIZATION
M-9.50 BICYCLE LANE SYMBOL LAYOUT
M-9.60 SHARED - USE PATH MARKINGS
M-11.10 RAILROAD CROSSING LAYOUT
M-12.10 ROUNDABOUT PAVEMENT MARKINGS
M-20.10 LONGITUDINAL MARKING PATTERNS
M-20.20 PROFILED AND EMBOSSED PLASTIC LINES
M-24.20 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS
M-24.40 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS
M-24.60 SYMBOL MARKINGS MISCELLANEOUS
8-22.2 Materials
(Renton GSP)
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
(Renton GSP)
Section 8-22.2 is supplemented with the following:
Pavement markings shall follow City of Renton Standard Plan 109.
White and yellow plastic pavement marking materials shall be as shown in Section 9-34.3.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 174
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-34.4 of these
Special Provisions.
8-22.3 Construction Requirements
(Renton GSP)
Section 8-22.3 is supplemented with the following:
Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48
hours prior to placement of pavement markings.
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor whenever
permanent pavement markings are included in the Contract and traffic is released onto public streets
or roadways prior to installation of permanent pavement markings. The Contractor shall perform
preliminary layout work to the satisfaction of the Engineer prior to installation of temporary
pavement markings. After approval of permanent lane markings, the Contractor shall remove the
temporary lane markings to the satisfaction of the Engineer.
The Contractor shall install and remove approved 4 inch wide reflective traffic tape for temporary
pavement markings as specified in the Plans, these Special Provisions, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based
on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on
the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the
alignment for the permanent pavement markings and double lines shall be used when specified for
the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be exposed to
traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable for
reflective tape.
All costs in connection with the use of (placement and removal) reflective traffic tape as temporary
pavement markings shall be incidental to other bid items. All costs for paint lines and reflective
pavement markers used for temporary traffic control will be paid under those respective bid items.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 175
8-22.3(3) Marking Application
8-22.3(3)E Installation
(Renton GSP)
Section 8-22.3(3)E is modified as follows:
When applying paint, Type A or Type C material, ensure that both the pavement surface and the air
temperature at the time of application are not less than 50°F and rising and pavement shall be dry
for a minimum of 48 hours prior to installation.
When applying Type B or Type D material, ensure that both the pavement surface and the ambient
air temperature at the time of application are not less than 50°F and rising, and not more than 105°F.
Relative humidity in the specific location of the installation shall be less than 85% and the surface
temperature shall be at least 5°F above the dew point. Pavement shall be dry and rain-free 24 hours
prior to installation.
Prior to installation, the Contractor may request approval from City of Renton Transportation to
deviate from the installation criteria listed above. If approved, the manufacturer’s installation criteria
shall be followed.
(Renton GSP)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M-20.20-01.
8-22.3(3)G Glass Beads
(Renton GSP)
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one
hundred square feet.
Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4)
inch wide by one (1) linear foot of marking.
8-22.3(6) Removing Pavement Markings
(Renton GSP)
Section 8-22.3(6) is supplemented with the following:
Existing pavement markings within the construction limits, including stop bars, traffic arrows, lane
markers, and raised pavement markers shall be removed prior to overlaying the roadway surface.
All conflicting channelization shall be removed as necessary by sand blasting to install temporary
pavement markings or after the final channelization has been installed.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 176
Removal of existing pavement markings shall be conducted using such methods to prevent damage
to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be
allowed. Damaged pavement shall be replaced at the Contractor's expense.
8-22.4 Measurement
(Renton GSP)
Section 8-22.4 is supplemented with the following:
Measurement for the removal of all pavement markings will be per lump sum.
8-22.5 Payment
(*****)
Supplement this Section with the following:
“Removing Pavement Markings”, per lump sum.
END OF DIVISION 8
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 177
DIVISION 9
MATERIALS
9‐05 DRAINAGE STRUCTURES AND CULVERTS
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene
Sanitary Sewer Pipe
(*****)
Supplement this Section with the following:
All Polypropylene storm sewer pipe shall be HP Storm Dual Wall by ADS, or equivalent.
9-05.50 Manholes
(Renton GSP)
Section 9-05.50(2) is supplemented with the following:
Pre-approved details meeting the requirements of the City or WSDOT may be used for this project
without submitting calculations indicating compliance with the design criteria. The Contractor shall
provide shop drawings detailing the product and specifying the pre-approved detail(s) to be used
and their locations along with supporting documentation.
In instances where pre-approved details are not available, calculations shall be submitted together
with the Shop Drawings. Calculations shall show all dimensions, location and type of lifting inserts,
details of reinforcement, connection embeds, joints, covers, or hatches, ladders and grating in
accordance with the Contract requirements. Calculations shall clearly list the design criteria used by
the manufacturer and indicate the loads imposed on the structure, including magnitude, direction,
and location. Calculations shall be stamped by a registered Structural Engineer in the State of
Washington.
Manholes deeper than 25 feet shall be designed using the following minimum design criteria:
• Soil Unit Weight: 130 pcf
• At-rest Earth Pressures Coefficient (Ko): 0.50
• At-rest Lateral Earth Pressure Above Groundwater Table: 65 pcf
• At-rest Lateral Earth Pressure Below Groundwater Table: 65 pcf
• Design Depth of Groundwater Below Grade: 6 feet
• Lateral Uniform Pressure (Non-yielding Structures): 125 pcf
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 178
(Renton GSP)
Section 9-05.52 is a New Section as follows:
9-05.52 Dense Foam
Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow
Chemical Company, or approved equivalent.
9-06 Structural Steel and Related Materials
9-06.16 Roadside Sign Structures
(January 3, 2011, WSDOT GSP)
Supplement this Section with the following:
Perforated Steel Square Sign Post System
Where noted in the Plans, steel sign post systems shall be square, pre-punched galvanized steel tubing,
that are NCHRP 350 Test Level 3 Certified and FHWA approved. The steel sign post system shall include
all anchor sleeves, and other hardware required for a complete sign installation.
System Acceptance
Systems listed in the current QPL will be accepted per the QPL approval code. Systems not listed in the
QPL will be accepted based on a Supplier’s Certificate of Compliance. The Supplier’s Certificate of
Compliance will be a contract specific letter from the supplier stating the system is NCHRP 350 Test
Level 3 compliant.
9-08 PAINTS AND RELATED MATERIALS
9-08.9 Manhole Coating System Products
(Renton GSP)
Section 9-08.9 is a new section and subsections:
9-08.9(1) Coating Systems Specification
A. High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface
Preparation:
In accordance with SSPC SP-7 (Sweep or brush off blast)
Application: Shop/Field: The drying time between coats shall not exceed 24
hours in any case
System Thickness: 3.0-4.0 mils dry film
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 179
Coatings: Primer: One coat of Wasser MC-Shieldcoat 100 high solids
urethane (1.5-2.0 DFT) Finish: One coat of Wasser MC-
Shieldcoat 100 (1.5-2.0 DFT)
Color: White
9‐14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2 Topsoil
9-14.2(1) Topsoil Type A
(*****)
This Section is supplemented with the following:
Topsoil Type A shall be composed of a two-way soil mix consisting of:
70% Sandy Loam topsoil
30% Compost
Soil shall be classified as gravelly sand, well-graded sand, poorly graded sand, or silty sand.
Compost shall be a weed-free well, decomposed, humus-like material derived from the
decomposition of grass clippings, leaves, branches, wood, and other organic materials. Compost shall
be produced at a permitted solid waste composting facility. Composts containing shavings, cedar
sawdust, or straw will not be permitted. Compost shall have 40% to 65% organic matter content and
a carbon-to-nitrogen ratio below 15:1.
Topsoil shall meet the following requirements:
Screen Size (approximate particle size) 5/8” maximum
Maturity measure (C:N ratio) 15:1
Total Nitrogen 0.5% minimum
PH range 5.5-8.0
Foreign matter by dry weight 1% maximum
The Contractor shall provide a sample of the topsoil and a laboratory analysis with recommendations
for desired additives for the Engineer's approval. The Contractor shall incorporate any additives
recommended by the laboratory.
9-14.4 Fertilizer
(*****)
Supplement this Section with the following:
Fertilizer for shrubs and groundcover shall be Best-Paks Biodegradable Packet 20-10-5 or approved
equal. Apply per fertilizer manufacturer’s recommendations.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 180
Fertilizer provided for hydroseeding applications shall be 10-10-10, applied at a rate recommended
by the fertilizer manufacturer.
All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients
and manufacturer’s certified statement of analysis clearly marked, in accordance with State and
Federal law.
9-14.5 Mulch and Amendments
9-14.5(3) Bark or Wood Chip Mulch
(*****)
Supplement this Section with the following:
Bark mulch shall be composted hem-fir medium grind.
The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall
not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture
content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material
is ½-inch to 1-inch with maximum of 20% passing the ½-inch screen.
9-14.7 Plant Materials
(*****)
Supplement this Section with the following:
Plantings shall be Mount Vernon English Laurel.
9-28 SIGNING MATERIALS AND FABRICATION
9-28.7 Process Colors
(Renton GSP)
Section 9-28.7 is supplemented with the following:
Back of mast arm mounted signs and associated banding shall match signal mast arm color.
Pedestrian signs (W11-2, W11-9, W15-1, and associated signs/plaques mounted on the same
post) shall be fluorescent yellow-green.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 181
9-28.12 Reflective Sheeting
(Renton GSP)
Section 9-28.12 is supplemented with the following:
All ground mounted S series school signs, pedestrian signs, and construction signs shall be Type
IX OmniView, Series T-9500 by Avery Dennison, or Type XI Diamond Grade, Series 3990 by 3M.
All other ground mounted signs shall be Type IV High Intensity Prismatic, Series T-6500 by Avery
Dennison, or Type IV High Intensity Prismatic, Series 3930 by 3M.
Overhead signs shall be Type XI OmniCube, Series T-11500 by Avery Dennison, or Type XI Diamond
Grade DG3, Series 4000 by 3M.
9-28.14 Sign Support Structures
(September 8, 2020, WSDOT GSP)
Supplement this Section with the following:
Manufacturers for Steel Roadside Sign Supports
The Standard Plans lists several steel sign support types. These supports are patented devices and
many are sole-source. All of the sign support types listed below are acceptable when shown in the
Plans.
Steel Sign Support Type Manufacturer
7 Type TP-A & TP-B Transpo Industries, Inc.
Type PL, PL-T & PL-U Northwest Pipe Co.
Type AS Transpo Industries, Inc.
Type AP Transpo Industries, Inc.
Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Solutions, Inc., Allied Tube & Conduit Corp.
(Mechanical 17 Division), Trinity Highway Products, LLC.
Type SB-1, SB-2, & SB-3 Ultimate Highway Solutions, Inc., Xcessories Squared
Development and 22 Manufacturing Incorporated, 23 Trinity
Highway Products, LLC.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 182
9-29 ILLUMINATION, SIGNALS, ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
9-29.1(11) Foam Conduit Sealing
(Renton GSP)
Section 9-29.1(11) is supplemented with the following:
Cabinet conduit sealing shall be one of the following:
1. Duo-fill 400 – self expanding waterproof foam
2. Jackmoon – Triplex Duct Plugs
3. O-Z Gedney – Conduit Sealing Bushings
Mechanical plugs shall be installed per manufacturer’s recommendations.
9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes
9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes
9-29.2(1)A Standard Duty Junction Boxes
(Renton GSP)
Section 9-29.2(1)A is supplemented with the following:
Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and
galvanized steel cover plate with non-slip treatment. Grounding lugs shall be stainless steel and shall
be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking
lid. Junction boxes placed in the sidewalks shall have non-skid lids.
Junction boxes shall be marked for use in accordance with the following schedule:
System Type Legend
Illumination LT
Traffic Signal TS
Interconnect Only COMM
Concrete Junction Boxes
Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as manufactured by
IKG industries, or SlipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. Where the exposed
portion of the frame is ½ inch wide or less the slip-resistant treatment may be omitted on that portion
of the frame. The slip-resistant lid shall be identified with permanent marking on the underside
indicating the type of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-coarse) and
the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a
stainless steel weld bead.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 183
Type 1 and Type 2 Junction boxes shall be as noted in the Plans and in conformance with WSDOT
Standard Plan J-40.10-04.
9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable
9-29.3(2) Electrical Conductors and Cable
(Renton GSP)
Section 9-29.3(2) is supplemented with the following:
Each wire shall be numbered at each terminal end with a wrap-around type numbering strip bearing
the circuit number shown on the Plans.
The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete
the installation of the signal and lighting equipment as shown on the Plans. All materials and
installation methods, except as noted otherwise herein, shall comply with applicable sections of the
National Electrical Code.
Communications cable shall meet REA specification PE-39 and shall have No. 19 AWG wires with 0.008
inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely
filling the inside of the cable.
9-29.6 Light and Signal Standards
(January 6, 2025 WSDOT GSP)
Section 9-29.6 is supplemented with the following:
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with the methods and materials
noted in the applicable Standard Plans, pre-approved plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for
Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-
03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal
arm ASTM F 3125 Grade A325 connecting bolts tightening shall comply with Section 6-03.3(33).
Traffic signal standard types, applicable characteristics, and foundation types are as follows:
Type PPB
Pedestrian push button posts and their foundations shall conform to Standard Plan J-20.15.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 184
Type PS, Type I, Type RM, and Type FB
Type PS pedestrian signal standards, Type I vehicle signal standards, Type RM ramp meter signal
standards, and Type FB flashing beacon standards shall conform to Standard Plan J-20.16, J-21.15, J-
21.16, and J-22.15 respectively, or to one of the following pre-approved plans:
Fabricator Pre‐Approved Drawing No.
Valmont Ind.,
Inc. DB01165 Rev. B (4 sheets)
Ameron Pole
Products
Division
WA15TR10-1 Rev. C (1 sheet) and
WA15TR10-2 Rev. C (1 sheet)
Millerbernd
Manufacturing,
Co.
74514-WA -PED-FB Rev. J (2 sheets)
Millerbernd
Manufacturing
Co.
74514-WA -PED-SB Rev. K (2 sheets)
Foundations shall be as noted in Standard Plan J-21.10.
Type II
Type II signal standards are single mast arm signal standards with no luminaire arm or extension. Type
II standards shall conform to one of the following pre-approved plans. Maximum arm length (in feet)
and wind load (XYZ value, in cubic feet) is noted for each manufacturer.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 185
Fabricator Pre‐Approved
Drawing No.
Max.
Arm
Length
(ft)
Max. Wind
Load
(XYZ) (ft3)
Valmont Ind.,
Inc.
DB01162 Rev. B
(5 sheets) 65 3206
Ameron Pole
Products
Division
WA15TR3724-1
Rev. C
(sheet 1 of 2),
and
WA15TR3724-2
Rev. D
(sheet 2 of 2)
65 2935
Millerbernd
Manufacturing,
Co.
74516-WA -TS-II
Rev. L (4 sheets) 65 3697
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type II signal standards with
two mast arms installed 90 degrees apart may use these pre-approved drawings. Standards with two
arms at any other angle are Type SD and require special design.
Type III
Type III signal standards are single mast arm signal standards with one Type 1 (radial davit type)
luminaire arm. The luminaire arm has a maximum length of 16 feet and a mounting height of 30, 35,
40, or 50 feet, as noted in the Plans. Type III standards shall conform to one of the following pre-
approved plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet) is noted for
each manufacturer. Wind load limit includes a luminaire arm up to 16 feet in length.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 186
Fabricator Pre‐Approved Drawing
No.
Max.
Arm
Length
(ft)
Max.
Wind
Load
(XYZ)
(ft3)
Valmont Ind.,
Inc.
DB00162 Rev. B (5
sheets),
with Type “J” luminaire
arm
65 3259
Ameron Pole
Products
Division
WA15TR3724-1 Rev. C
(sheet 1 of 2), and
WA15TR3724-2 Rev. D
(sheet 2 of 2),
with Series “J” luminaire
arm
65 2988
Millerbernd
Manufacturing,
Co.
74516-WA -TS-III-J Rev. L
(5 sheets) 65 3750
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type III signal standards with
two mast arms installed 90 degrees apart may use these pre-approved drawings. Standards with two
arms at any other angle are Type SD and require special design.
Type IV
Type IV strain pole standards shall be consistent with the Plans and Standard Plan J-27.15 or one of
the following pre-approved plans:
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 187
Fabricator Pre‐Approved Drawing No.
Valmont Ind.,
Inc. DB01167 Rev. B (2 sheets)
Ameron Pole
Products
Division
WA15TR15 Rev. A (2 sheets)
Millerbernd
Manufacturing,
Co.
74554-WA -SP-IV Rev. H (2 sheets)
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type V
Type V strain poles are combination strain pole and light standards, with Type 1 (radial davit type)
luminaire arms. Luminaire rams may be up to 16 feet in length, and a mounting height of 40 or 50
feet, as noted in the Plans. Type V strain poles shall be consistent with the Plans and Standard Plan J-
27.15 or one of the following pre-approved plans:
Fabricator Pre‐Approved Drawing No.
Valmont Ind.,
Inc. DB01167 Rev. B (2 sheets),
Ameron Pole
Products
Division
WA15TR15 Rev. A (2 sheets)
Millerbernd
Manufacturing,
Co.
74554-WA -SP-V Rev. J (3 sheets)
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 188
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type CCTV
Type CCTV camera pole standards shall conform to Standard Plan J-29.15 or to one of the following
pre-approved plans:
Fabricator Pre‐Approved Drawing No.
Valmont Ind.,
Inc. DB01166 Rev. C (4 sheets)
Ameron Pole
Products
Division
WA15CCTV01 Rev. B (2 sheets)
Millerbernd
Manufacturing,
Co.
74577-WA -LC1 Rev. H (2 sheets)
Millerbernd
Manufacturing,
Co.
74577-WA -LC2 Rev. H (2 sheets)
Millerbernd
Manufacturing,
Co.
74577-WA -LC3 Rev. H (3 sheets)
Foundations shall be as noted in the Plans and Standard Plan J-29.10.
Type SD
Type SD signal standards are outside the basic requirements of any pre-defined signal standard and
require special design. All special design shall be based on the latest AASHTO Standard Specifications
for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre-approved plans and
as follows:
1. A 115 mph wind loading shall be used.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 189
2. The Mean Recurrence Interval shall be 1700 years.
3. Fatigue category shall be III.
Complete calculations for structural design, including anchor bolt details, shall be prepared by a
Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or
Structural Engineering or by an individual holding valid registration in another state as a civil or
structural Engineer.
All shop drawings and the cover page of all calculation submittals shall carry the Professional
Engineer's original signature, date of signature, original seal, registration number, and date of
expiration. The cover page shall include the contract number, contract title, and sequential index to
calculation page numbers. Two copies of the associated design calculations shall be submitted for
approval along with shop drawings.
Details for handholes and luminaire arm connections are available from the Bridges and Structures
Office.
Foundations for Type SD standards shall be as noted in the Plans.
9-29.15 Flashing Beacon Control
(*****)
Section 9-29.15 is supplemented with the following:
The rectangular rapid flashing beacon (RRFB) system shall be as outlined in City of Renton Standard
Plan 141.1.
9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.3(4) Type D – Liquid Cold Applied Methyl Methacrylate
(Renton GSP)
Section 9-34.3(4) is supplemented with the following:
The profiled methyl methacrylate (MMA) material shall be formulated as a long-life durable pavement
marking system capable of providing a minimum of two years of continuous performance. The
material shall be a catalyzed methyl methacrylate (MMA), wet-continuous reflective product and
placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be
capable of retaining reflective glass beads and ceramic micro-crystalline elements of the drop-on or
spray-on type as specified by the manufacturer. The binder shall be lead free and suitable for
bituminous and concrete pavements. The MMA shall be as detailed in the standard Plans 109, unless
specified otherwise on the Plans.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 190
9-34.4 Glass Beads for Pavement Marking Materials
(Renton GSP)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
Surface-drop glass beads shall be the “Utah Blend” with a Methacrylate compatible coupling
agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet.
Bonded Core Elements
Surface-drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible
coupling agent approved by the material manufacturer. Elements shall meet or exceed a
minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176.
The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline
ceramic beads bonded to the opacified core. These elements shall not be manufactured using
lead, chromate or arsenic. All “dry-performing” microcrystalline ceramic beads bonded to the
core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion
method. All “wet performing” microcrystalline ceramic beads bonded to the core shall have a
minimum index of refraction of 2.30 when tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and “S” series. “S” series is
a slightly finer gradation of elements compared to standard.
Element Gradations
Mass Percent Passing (ASTM D1214)
US Mesh Micron Standard Elements “S” Series
12 1700 80-100 85-100
14 1410 45-80 70-96
16 1180 5-40 50-90
18 1000 0-20 5-60
20 850 0-7 0-25
30 600 0-7
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric
acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of
distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse.
Special Provisions
City of Renton
116th Avenue SE Sidewalk Project (SE 160th St to SE 162nd St)
TRO4104285
Contract Provisions Page | 191
The bonded core elements are surface treated to optimize embedment and adhesion to the
MMA binder. Elements treated for use with MMA shall have identification on packaging or
label to indicate use with the MMA binder.
Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one
(1) linear foot of marking.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is
averaged over many readings. Minimum Retro reflectivity results represent average
performance for smooth pavement surfaces. Values represent both standard and "S" Series
elements. Results may vary due to differences in pavement type and surface roughness.
Increased element drop rate may be necessary to compensate for increased surface area
characteristic of rough pavement surfaces. The initial retro reflectance of a single installation
shall be the average value determined by the measurement procedures outlined in ASTM E
1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be expressed in units of
millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)].
The optics incorporated into the pavement marking system shall be tested and certified by an
independent laboratory to meet ASTM E2177 for wet-recovery and ASTM E2176 for wet-
continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of 700
MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings
and wet-recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white
pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet-continuous
(as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement
markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter
device approved by the Traffic Engineering Division (TED).
The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter
device approved by the Traffic Engineering Division. These readings shall be recorded on the
daily report and submitted to the project engineer at the end of each work day or shift.
Minimum Initial Retro Reflectance Values
White Yellow
Dry (ASTM E1710) 700 500
Wet recovery (ASTM E2177) 375 280
Wet continuous (ASTM E2176) 150 125
END OF DIVISION 9
(this page intentionally left blank)
APPENDICES
(this page intentionally left blank)
APPENDIX A – WASHINGTON STATE PREVAILING WAGE RATES
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
1 | Page
************************************************************************************************************
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
2 | Page
Overtime Codes Continued
1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
3 | Page
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.
M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the
hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
4 | Page
Overtime Codes Continued
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times
the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
5 | Page
Overtime Codes Continued
4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work
performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday
through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and
one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations).
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed
on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without
at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic
straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special
Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an hour. When due to conditions beyond
the control of the employer or when an owner (not acting as the contractor), a government agency or the contract
specifications require more than four (4) hours of a special shift can only be performed outside the normal 6am to 6pm
shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee
works on a special shift, they shall be paid the special shift premium for each hour worked unless they are in overtime
or double-time status. (For example, the special shift premium does not waive the overtime requirements for work
performed on Saturday or Sunday).
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
6 | Page
Overtime Codes Continued
4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
Al l work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an e mployee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Overtime Codes Continued
11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid
at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00
am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage.
D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and
the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime
rate until such time as the employee has had a break of eight (8) hours or more.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
7 | Page
Overtime Codes Continued
11. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-
day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8)
hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid
at double the hourly rate of wage.
G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of nine (9) hours or more. When an employee
returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period.
H. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of
twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of ten (10) hours or more. When an employee
returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period.
J. All hours worked on holidays shall be paid at double the hourly rate of wage.
K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8)
hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day
Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double
the hourly rate of wage.
L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all
hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
8 | Page
Overtime Codes Continued
11. M. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day's operation shall be completed at that rate. When due to conditions beyond the control of the Employer or
when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to
6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours,
and all work performed on holidays shall be paid at double the straight time rate of pay.
Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm
and 5:00 am shall receive an additional two dollars ($2.00) per hour.
N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at
double the straight time rate.
Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees
assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on
Saturday over 10 hours.
O. All work performed on Saturdays, Sundays, and Holidays shall be paid at one and one half (1-1/2) times the straight
time rate of pay.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
9 | Page
Overtime Codes Continued
11. P. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established
and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day’s operation shall be completed at that rate. When due to conditions beyond the control of the Employer or
when contract specifications require that work can only be performed outside the regular day shift of 5:00 a.m. to
6:00 p.m., then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shifts shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten -hour shifts.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double
(2x) the straight time rate of pay.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Q. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 35% over the hourly rate of wage. Work performed on Sundays shall be paid at double time. All hours
worked on holidays shall be paid at double the hourly rate of wage.
R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm, and all hours after eight (8) hours worked
shall be paid at one and one-half times the hourly rate. All hours worked on Sundays and Holidays shall be paid at
double the hourly rate of wage.
When a holiday falls on a Saturday, the Friday before shall be the observed holiday. When a holiday falls on a
Sunday, the following Monday shall be the observed holiday.
S. The first ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the
event the job is down due to weather conditions, or other conditions beyond the control of the Employer, then
Saturday may be worked at the straight time rate, for the first eight (8) hours, or the first ten (10) hours when a four
day ten hour workweek has been established.
All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
10 | Page
11. T. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions
outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of
pay.
All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two
(2) times the straight time rate of pay.
U. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay.
On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate
of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions
outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of
pay.
All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two
(2) times the straight time rate of pay.
If, due to conditions beyond the control of the Employer or when contract specifications require that work can only
be performed outside the regular day shift, then a Special Shift may be worked, Monday through Friday, at the
straight-time rate. The starting time of work for the Special Shift will be arranged to fit such conditions of work.
Such Special Shift shall consist of eight (8) hours of work for eight (8) hours of pay or ten (10) hours of work for
ten(10) hours of pay on a four-ten workday schedule.
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
11 | Page
Holiday Codes Continued
5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
Holiday Codes Continued
6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday (10).
T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And
Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
12 | Page
Holiday Codes Continued
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
Holiday Codes Continued
7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
13 | Page
Holiday Codes Continued
7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year’s Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence
Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday
shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
14 | Page
Holiday Codes Continued
15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (9). If any of the
listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated
accordingly.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which falls on a Sunday
shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding
Friday shall be a regular work day.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a
regular work day.
M. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,
the Friday after Thanksgiving Day, and Christmas Day (8). Any holiday which falls on a Sunday shall be observed
as a holiday on the following Monday.
O. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, the day before Christmas day, and Christmas
Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
15 | Page
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.
Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’
- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
16 | Page
Note Codes Continued
X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
Note Codes Continued
9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) – 130’ to 199’ – $0.50 per hour over their classification rate.
(B) – 200’ to 299’ – $0.80 per hour over their classification rate.
(C) – 300’ and over – $1.00 per hour over their classification rate.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
17 | Page
Note Codes Continued
9. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or
anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or
manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,
Level B: $0.75, Level C: $0.50, And Level D: $0.25.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere
abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required.
H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2)
person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall
consist of at least a Party Chief, an Instrument Person, and a Chain Person.
Benefit Code Key – Effective 3/5/2025 thru 8/30/2025
18 | Page
9. I. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet.
Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over
220 feet. Over 221' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’
- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.
Employees may be required to perform any combination of work within the Diving team/crew, (with the exception
of dive Supervisor) provided they are paid at the highest rate at which he/she has worked for the shift.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
State of Washington
Depar tment of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly
rate of fringe benets. On public works projects, worker's wage and benet rates must
add to not less than this total. A brief description of over time calculation requirements
are provided on the Benet Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 6/10/2025
King County
TradeJob Classication Wage Holiday Overtime No
Asbestos Abatement
Workers
Journey Level $63.87 5 D 1 H
Boilermakers Journey Level $78.89 5 N 1 C
Brick Mason Journey Level $71.82 7 E 1 N
Brick Mason Pointer-Caulker-Cleaner $71.82 7 E 1 N
Building Service Employees Janitor $30.33 5 S 2 F
Building Service Employees
Traveling
Waxer/Shampooer
$30.78 5 S 2 F
Building Service Employees
Window Cleaner (Non-
Scaold)
$32.93 5 S 2 F
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 1/45
Building Service Employees
Window Cleaner
(Scaold)
$33.93 5 S 2 F
Cabinet Makers (In Shop)Journey Level $22.74 1
Carpenters Acoustical Worker $78.96 1 5 J 1 1 U
Carpenters
Bridge Dock and Wharf
Carpenter
$80.50 1 5 J 1 1 U 9
Carpenters
Floor Layer & Floor
Finisher
$78.96 1 5 J 1 1 U
Carpenters General Carpenter $78.96 1 5 J 1 1 U
Carpenters Scaold Erector $78.96 1 5 J 1 1 U
Cement Masons
Application of all
Composition Mastic
$77.30 1 5 J 4 U
Cement Masons
Application of all Epoxy
Material
$76.78 1 5 J 4 U
Cement Masons
Application of all Plastic
Material
$77.30 1 5 J 4 U
Cement Masons
Application of Sealing
Compound
$76.78 1 5 J 4 U
Cement Masons
Application of
Underlayment
$77.30 1 5 J 4 U
Cement Masons Building General $76.78 1 5 J 4 U
Cement Masons
Composition or Kalman
Floors
$77.30 1 5 J 4 U
Cement Masons Concrete Paving $76.78 1 5 J 4 U
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 2/45
Cement Masons Curb & Gutter Machine $77.30 1 5 J 4 U
Cement Masons Curb & Gutter, Sidewalks $76.78 1 5 J 4 U
Cement Masons Curing Concrete $76.78 1 5 J 4 U
Cement Masons Finish Colored Concrete $77.30 1 5 J 4 U
Cement Masons Floor Grinding $77.30 1 5 J 4 U
Cement Masons Floor Grinding/Polisher $76.78 1 5 J 4 U
Cement Masons
Green Concrete Saw, self-
powered
$77.30 1 5 J 4 U
Cement Masons Grouting of all Plates $76.78 1 5 J 4 U
Cement Masons
Grouting of all Tilt-up
Panels
$76.78 1 5 J 4 U
Cement Masons Gunite Nozzleman $77.30 1 5 J 4 U
Cement Masons Hand Powered Grinder $77.30 1 5 J 4 U
Cement Masons Journey Level $76.78 1 5 J 4 U
Cement Masons Patching Concrete $76.78 1 5 J 4 U
Cement Masons Pneumatic Power Tools $77.30 1 5 J 4 U
Cement Masons
Power Chipping &
Brushing
$77.30 1 5 J 4 U
Cement Masons
Sand Blasting
Architectural Finish
$77.30 1 5 J 4 U
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 3/45
Cement Masons
Screed & Rodding
Machine
$77.30 1 5 J 4 U
Cement Masons
Spackling or Skim Coat
Concrete
$76.78 1 5 J 4 U
Cement Masons
Troweling Machine
Operator
$77.30 1 5 J 4 U
Cement Masons
Troweling Machine
Operator on Colored Slabs
$77.30 1 5 J 4 U
Cement Masons Tunnel Workers $77.30 1 5 J 4 U
Divers & Tenders
Bell/Vehicle/Submersible
Operator (not under
pressure)
$156.25 1 5 J 1 1 T 9
Divers & Tenders Dive Supervisor $157.75 1 5 J 1 1 T 9
Divers & Tenders Diver $156.25 1 5 J 1 1 T 9
Divers & Tenders Diver Tender $86.86 1 5 J 1 1 T 9
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
0-30.00 PSI
$109.76 1 5 J 1 1 U
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
31.01-44.00 PSI
$118.99 1 5 J 1 1 U
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
44.01 - 54.00 PSI
$128.22 1 5 J 1 1 U
Divers & Tenders Hyperbaric Worker -
Compressed Air Worker
$137.45 1 5 J 1 1 U
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 4/45
54.01 - 60.00 PSI
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
60.01 - 64.00 PSI
$146.67 1 5 J 1 1 U
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
64.01 - 68.00 PSI
$155.90 1 5 J 1 1 U
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
68.01 - 70.00 PSI
$165.13 1 5 J 1 1 U
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
70.01 - 72.00 PSI
$174.36 1 5 J 1 1 U
Divers & Tenders
Hyperbaric Worker -
Compressed Air Worker
72.01 - 74.00 PSI
$183.59 1 5 J 1 1 U
Divers & Tenders Lead Diver (Dive Master)$101.32 1 5 J 1 1 T 9
Divers & Tenders
Manifold Operator (Life
Support Technician)
$86.86 1 5 J 1 1 T 9
Divers & Tenders
Remote Operated Vehicle
Operator/Technician
$86.86 1 5 J 1 1 T 9
Divers & Tenders
Remote Operated Vehicle
Operator/Technician
$86.86 1 5 J 1 1 T 9
Divers & Tenders
Remote Operated Vehicle
Tender
$80.55 1 5 J 1 1 T 9
Divers & Tenders Stand-by Diver $96.32 1 5 J 1 1 T 9
Dredge Workers Assistant Engineer $85.37 5 D 3 F
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 5/45
Dredge Workers
Assistant Mate
(Deckhand)
$84.71 5 D 3 F
Dredge Workers Boatmen $85.37 5 D 3 F
Dredge Workers Engineer Welder $87.02 5 D 3 F
Dredge Workers Leverman, Hydraulic $88.77 5 D 3 F
Dredge Workers Mates $85.37 5 D 3 F
Dredge Workers Oiler $84.71 5 D 3 F
Drywall Applicator Journey Level $78.76 1 5 O 1 1 S
Drywall Tapers Journey Level $78.76 1 5 O 1 1 S
Electrical Fixture
Maintenance Workers
Journey Level $40.69 5 L 1 E
Electricians - Inside Cable Splicer $115.15 7 C 4 E
Electricians - Inside Cable Splicer (tunnel)$123.64 7 C 4 E
Electricians - Inside Certied Welder $111.30 7 C 4 E
Electricians - Inside Certied Welder (tunnel)$119.41 7 C 4 E
Electricians - Inside
Construction Stock
Person
$54.03 7 C 4 E
Electricians - Inside Journey Level $107.44 7 C 4 E
Electricians - Inside Journey Level (tunnel)$115.15 7 C 4 E
Electricians - Motor Shop Journey Level $48.68 5 A 1 B
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 6/45
Electricians - Powerline
Construction
Cable Splicer $102.42 5 A 4 D
Electricians - Powerline
Construction
Certied Line Welder $93.99 5 A 4 D
Electricians - Powerline
Construction
Groundperson $59.30 5 A 4 D
Electricians - Powerline
Construction
Heavy Line Equipment
Operator
$93.99 5 A 4 D
Electricians - Powerline
Construction
Journey Level Lineperson $93.99 5 A 4 D
Electricians - Powerline
Construction
Line Equipment Operator $80.96 5 A 4 D
Electricians - Powerline
Construction
Meter Installer $59.30 5 A 4 D 8 W
Electricians - Powerline
Construction
Pole Sprayer $93.99 5 A 4 D
Electricians - Powerline
Construction
Powderperson $69.84 5 A 4 D
Electronic Technicians Journey Level $69.69 7 E 1 E
Elevator Constructors Mechanic $115.14 7 D 4 A
Elevator Constructors Mechanic In Charge $124.53 7 D 4 A
Fabricated Precast
Concrete Products
All Classications - In-
Factory Work Only
$21.34 5 B 1 R
Fence Erectors Fence Erector $54.65 1 5 J 1 1 P 8
Fence Erectors Fence Laborer $54.65 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 7/45
Flaggers Journey Level $54.65 1 5 J 1 1 P 8
Glaziers Journey Level $82.16 7 L 1 Y
Heat & Frost Insulators And
Asbestos Workers
Journey Level $91.81 1 5 H 1 1 C
Heating Equipment
Mechanics
Journey Level $102.92 7 F 1 E
Hod Carriers & Mason
Tenders
Journey Level $67.38 1 5 J 1 1 P 8
Industrial Power Vacuum
Cleaner
Journey Level $16.66 1
Inland Boatmen Boat Operator $71.28 5 B 1 K
Inland Boatmen Cook $69.70 5 B 1 K
Inland Boatmen Deckhand $70.00 5 B 1 K
Inland Boatmen Deckhand Engineer $69.55 5 B 1 K
Inland Boatmen Launch Operator $71.23 5 B 1 K
Inland Boatmen Mate $89.12 5 B 1 K
Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Cleaner Operator $51.27 1 5 M 1 1 O
Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Foamer Operator $51.27 1 5 M 1 1 O
Inspection/Cleaning/Sealing
Of Sewer & Water Systems
Grout Truck Operator $51.27 1 5 M 1 1 O
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 8/45
By Remote Control
Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Head Operator $49.20 1 5 M 1 1 O
Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
Technician $42.99 1 5 M 1 1 O
Inspection/Cleaning/Sealing
Of Sewer & Water Systems
By Remote Control
TV Truck Operator $46.10 1 5 M 1 1 O
Insulation Applicators Journey Level $78.96 1 5 J 1 1 U
Ironworkers Journeyman $90.82 1 5 K 1 1 N
Laborers
Air, Gas Or Electric
Vibrating Screed
$63.87 1 5 J 1 1 P 8
Laborers Airtrac Drill Operator $65.75 1 5 J 1 1 P 8
Laborers Ballast Regular Machine $63.87 1 5 J 1 1 P 8
Laborers Batch Weighman $54.65 1 5 J 1 1 P 8
Laborers Brick Pavers $63.87 1 5 J 1 1 P 8
Laborers Brush Cutter $63.87 1 5 J 1 1 P 8
Laborers Brush Hog Feeder $63.87 1 5 J 1 1 P 8
Laborers Burner $63.87 1 5 J 1 1 P 8
Laborers Caisson Worker $65.75 1 5 J 1 1 P 8
Laborers Carpenter Tender $63.87 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 9/45
Laborers Cement Dumper-paving $64.98 1 5 J 1 1 P 8
Laborers Cement Finisher Tender $63.87 1 5 J 1 1 P 8
Laborers
Change House Or Dry
Shack
$63.87 1 5 J 1 1 P 8
Laborers
Chipping Gun (30 Lbs. And
Over)
$64.98 1 5 J 1 1 P 8
Laborers
Chipping Gun (Under 30
Lbs.)
$63.87 1 5 J 1 1 P 8
Laborers Choker Setter $63.87 1 5 J 1 1 P 8
Laborers Chuck Tender $63.87 1 5 J 1 1 P 8
Laborers Clary Power Spreader $64.98 1 5 J 1 1 P 8
Laborers Clean-up Laborer $63.87 1 5 J 1 1 P 8
Laborers
Concrete Dumper/Chute
Operator
$64.98 1 5 J 1 1 P 8
Laborers Concrete Form Stripper $63.87 1 5 J 1 1 P 8
Laborers Concrete Placement Crew $64.98 1 5 J 1 1 P 8
Laborers
Concrete Saw
Operator/Core Driller
$64.98 1 5 J 1 1 P 8
Laborers Crusher Feeder $54.65 1 5 J 1 1 P 8
Laborers Curing Laborer $63.87 1 5 J 1 1 P 8
Laborers
Demolition: Wrecking &
Moving (Incl. Charred
Material)
$63.87 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 10/45
Laborers Ditch Digger $63.87 1 5 J 1 1 P 8
Laborers Diver $65.75 1 5 J 1 1 P 8
Laborers
Drill Operator (Hydraulic,
Diamond)
$64.98 1 5 J 1 1 P 8
Laborers Dry Stack Walls $63.87 1 5 J 1 1 P 8
Laborers Dump Person $63.87 1 5 J 1 1 P 8
Laborers Epoxy Technician $63.87 1 5 J 1 1 P 8
Laborers Erosion Control Worker $63.87 1 5 J 1 1 P 8
Laborers Faller & Bucker Chain Saw $64.98 1 5 J 1 1 P 8
Laborers Fine Graders $63.87 1 5 J 1 1 P 8
Laborers Firewatch $54.65 1 5 J 1 1 P 8
Laborers Form Setter $64.98 1 5 J 1 1 P 8
Laborers Gabian Basket Builders $63.87 1 5 J 1 1 P 8
Laborers General Laborer $63.87 1 5 J 1 1 P 8
Laborers
Grade Checker & Transit
Person
$67.38 1 5 J 1 1 P 8
Laborers Grinders $63.87 1 5 J 1 1 P 8
Laborers Grout Machine Tender $63.87 1 5 J 1 1 P 8
Laborers
Groutmen (Pressure)
Including Post Tension
Beams
$64.98 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 11/45
Laborers Guardrail Erector $63.87 1 5 J 1 1 P 8
Laborers
Hazardous Waste Worker
(Level A)
$65.75 1 5 J 1 1 P 8
Laborers
Hazardous Waste Worker
(Level B)
$64.98 1 5 J 1 1 P 8
Laborers
Hazardous Waste Worker
(Level C)
$63.87 1 5 J 1 1 P 8
Laborers High Scaler $65.75 1 5 J 1 1 P 8
Laborers Jackhammer $64.98 1 5 J 1 1 P 8
Laborers Laserbeam Operator $64.98 1 5 J 1 1 P 8
Laborers Maintenance Person $63.87 1 5 J 1 1 P 8
Laborers Manhole Builder-Mudman $64.98 1 5 J 1 1 P 8
Laborers Material Yard Person $63.87 1 5 J 1 1 P 8
Laborers Mold Abatement Worker $63.87 1 5 J 1 1 P 8
Laborers
Motorman-Dinky
Locomotive
$67.48 1 5 J 1 1 P 8
Laborers
nozzleman (concrete
pump, green cutter when
using combination of high
pressure air & water on
concrete & rock,
sandblast, gunite,
shotcrete, water blaster,
vacuum blaster)
$67.38 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 12/45
Laborers Pavement Breaker $64.98 1 5 J 1 1 P 8
Laborers Pilot Car $54.65 1 5 J 1 1 P 8
Laborers Pipe Layer (Lead)$67.38 1 5 J 1 1 P 8
Laborers Pipe Layer/Tailor $64.98 1 5 J 1 1 P 8
Laborers Pipe Pot Tender $64.98 1 5 J 1 1 P 8
Laborers Pipe Reliner $64.98 1 5 J 1 1 P 8
Laborers Pipe Wrapper $64.98 1 5 J 1 1 P 8
Laborers Pot Tender $63.87 1 5 J 1 1 P 8
Laborers Powderman $65.75 1 5 J 1 1 P 8
Laborers Powderman's Helper $63.87 1 5 J 1 1 P 8
Laborers Power Jacks $64.98 1 5 J 1 1 P 8
Laborers Power Washer $63.87 1 5 J 1 1 P 8
Laborers
Railroad Spike Puller -
Power
$64.98 1 5 J 1 1 P 8
Laborers Raker - Asphalt $67.38 1 5 J 1 1 P 8
Laborers Re-timberman $65.75 1 5 J 1 1 P 8
Laborers
Remote Equipment
Operator
$64.98 1 5 J 1 1 P 8
Laborers Rigger/Signal Person $64.98 1 5 J 1 1 P 8
Laborers Rip Rap Person $63.87 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 13/45
Laborers Rivet Buster $64.98 1 5 J 1 1 P 8
Laborers Rodder $64.98 1 5 J 1 1 P 8
Laborers Scaold Erector $63.87 1 5 J 1 1 P 8
Laborers Scale Person $63.87 1 5 J 1 1 P 8
Laborers Sloper (Over 20")$64.98 1 5 J 1 1 P 8
Laborers Sloper Sprayer $63.87 1 5 J 1 1 P 8
Laborers Spreader (Concrete)$64.98 1 5 J 1 1 P 8
Laborers Stake Hopper $63.87 1 5 J 1 1 P 8
Laborers Stock Piler $63.87 1 5 J 1 1 P 8
Laborers
Swinging
Stage/Boatswain Chair
$54.65 1 5 J 1 1 P 8
Laborers
Tamper & Similar Electric,
Air & Gas Operated Tools
$64.98 1 5 J 1 1 P 8
Laborers
Tamper (Multiple & Self-
propelled)
$64.98 1 5 J 1 1 P 8
Laborers
Timber Person - Sewer
(Lagger, Shorer & Cribber)
$64.98 1 5 J 1 1 P 8
Laborers
Toolroom Person (at
Jobsite)
$63.87 1 5 J 1 1 P 8
Laborers Topper $63.87 1 5 J 1 1 P 8
Laborers Track Laborer $63.87 1 5 J 1 1 P 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 14/45
Laborers Track Liner (Power)$64.98 1 5 J 1 1 P 8
Laborers Trac Control Laborer $58.20 1 5 J 1 1 P 9
Laborers Trac Control Supervisor $61.47 1 5 J 1 1 P 9
Laborers Truck Spotter $63.87 1 5 J 1 1 P 8
Laborers Tugger Operator $64.98 1 5 J 1 1 P 8
Laborers
Tunnel Work-Compressed
Air Worker 0-30 psi
$200.40 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 30.01-44.00
psi
$205.43 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 44.01-54.00
psi
$209.11 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 54.01-60.00
psi
$214.81 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 60.01-64.00
psi
$216.93 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 64.01-68.00
psi
$222.03 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 68.01-70.00
psi
$223.93 1 5 J 1 1 P 9
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 15/45
Laborers
Tunnel Work-Compressed
Air Worker 70.01-72.00
psi
$225.93 1 5 J 1 1 P 9
Laborers
Tunnel Work-Compressed
Air Worker 72.01-74.00
psi
$227.93 1 5 J 1 1 P 9
Laborers
Tunnel Work-Guage and
Lock Tender
$67.48 1 5 J 1 1 P 8
Laborers Tunnel Work-Miner $67.48 1 5 J 1 1 P 8
Laborers Vibrator $64.98 1 5 J 1 1 P 8
Laborers Vinyl Seamer $63.87 1 5 J 1 1 P 8
Laborers Watchman $49.97 1 5 J 1 1 P 8
Laborers Welder $64.98 1 5 J 1 1 P 8
Laborers Well Point Laborer $64.98 1 5 J 1 1 P 8
Laborers Window Washer/Cleaner $49.97 1 5 J 1 1 P 8
Laborers - Underground
Sewer & Water
General Laborer &
Topman
$63.87 1 5 J 1 1 P 8
Laborers - Underground
Sewer & Water
Pipe Layer $64.98 1 5 J 1 1 P 8
Landscape Construction
Landscape
Construction/Landscaping
Or Planting Laborers
$49.97 1 5 J 1 1 P 8
Landscape Construction Landscape Operator $87.54 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 16/45
Landscape Maintenance Groundskeeper $17.87 1
Lathers Journey Level $78.76 1 5 O 1 1 S
Marble Setters Journey Level $71.82 7 E 1 N
Metal Fabrication (In Shop)Fitter/Certied Welder $42.17 1 5 I 1 1 E
Metal Fabrication (In Shop)General Laborer $30.07 1 5 I 1 1 E
Metal Fabrication (In Shop)Mechanic $43.63 1 5 I 1 1 E
Metal Fabrication (In Shop)Welder/Burner $39.28 1 5 I 1 1 E
Millwright Journey Level $80.28 5 A 1 B
Modular Buildings Cabinet Assembly $16.66 1
Modular Buildings Electrician $16.66 1
Modular Buildings Equipment Maintenance $16.66 1
Modular Buildings Plumber $16.66 1
Modular Buildings Production Worker $16.66 1
Modular Buildings Tool Maintenance $16.66 1
Modular Buildings Utility Person $16.66 1
Modular Buildings Welder $16.66 1
Painters Journey Level $54.71 6 Z 1 1 J
Pile Driver Crew Tender $86.81 1 5 J 1 1 U 9
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 17/45
Pile Driver Journey Level $80.50 1 5 J 1 1 U 9
Plasterers Journey Level $73.54 7 Q 1 R
Plasterers Nozzleman $77.54 7 Q 1 R
Playground & Park
Equipment Installers
Journey Level $16.66 1
Plumbers & Pipetters Journey Level $107.59 6 Z 1 G
Power Equipment
Operators
Asphalt Plant Operators $89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Assistant Engineer $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Barrier Machine (zipper)$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Batch Plant Operator:
concrete
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Boat Operator $87.82 7 A 1 1 H 8
Power Equipment
Operators
Bobcat $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Brokk - Remote
Demolition Equipment
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Brooms $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Bump Cutter $88.22 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 18/45
Power Equipment
Operators
Cableways $89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Chipper $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Compressor $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Concrete Finish Machine -
Laser Screed
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Concrete Pump - Mounted
Or Trailer High Pressure
Line Pump, Pump High
Pressure
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Concrete Pump: Truck
Mount With Boom
Attachment Over 42 M
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Conveyors $87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Cranes Friction: 200 tons
and over
$90.46 7 A 1 1 H 8
Power Equipment
Operators
Cranes, A-frame: 10 tons
and under
$82.59 7 A 1 1 H 8
Power Equipment
Operators
Cranes: 100 tons through
199 tons, or 150' of boom
(including jib with
attachments)
$88.67 7 A 1 1 H 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 19/45
Power Equipment
Operators
Cranes: 20 tons through
44 tons with attachments
$87.03 7 A 1 1 H 8
Power Equipment
Operators
Cranes: 200 tons- 299
tons, or 250' of boom
including jib with
attachments
$89.60 7 A 1 1 H 8
Power Equipment
Operators
Cranes: 300 tons and over
or 300' of boom including
jib with attachments
$90.46 7 A 1 1 H 8
Power Equipment
Operators
Cranes: 45 tons through
99 tons, under 150' of
boom(including jib with
attachments)
$87.82 7 A 1 1 H 8
Power Equipment
Operators
Cranes: Friction cranes
through 199 tons
$89.60 7 A 1 1 H 8
Power Equipment
Operators
Cranes: through 19 tons
with attachments, a-frame
over 10 tons
$86.36 7 A 1 1 H 8
Power Equipment
Operators
Crusher $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Deck Engineer/Deck
Winches (power)
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Derricks, On Building
Work
$87.82 7 A 1 1 H 8
Power Equipment
Operators
Dozers D-9 & Under $87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Drill Oilers: Auger Type,
Truck Or Crane Mount
$87.54 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 20/45
Power Equipment
Operators
Drilling Machine $89.91 1 5 J 1 1 G 8
Power Equipment
Operators
Elevator and man-lift:
permanent and shaft type
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Forklift: 3000 lbs and over
with attachments
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Forklifts: under 3000 lbs.
with attachments
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Gradechecker/Stakeman $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Guardrail Punch $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Hard Tail End Dump
Articulating O- Road
Equipment 45 Yards. &
Over
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Hard Tail End Dump
Articulating O-road
Equipment Under 45
Yards
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Horizontal/Directional Drill
Locator
$87.54 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 21/45
Power Equipment
Operators
Horizontal/Directional Drill
Operator
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Hydralifts/Boom Trucks
Over 10 Tons
$86.36 7 A 1 1 H 8
Power Equipment
Operators
Hydralifts/boom trucks: 10
tons and under
$82.59 7 A 1 1 H 8
Power Equipment
Operators
Leverman $90.84 1 5 J 1 1 G 8
Power Equipment
Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Loaders, Overhead Under
6 Yards
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Loaders, Plant Feed $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Loaders: Elevating Type
Belt
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Locomotives, All $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Material Transfer Device $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Mechanics: All (Leadmen -
$0.50 per hour over
mechanic)
$89.91 1 5 J 1 1 G 8
Power Equipment
Operators
Motor Patrol Graders $89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$89.02 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 22/45
Power Equipment
Operators
Oil Distributors, Blower
Distribution & Mulch
Seeding Operator
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Outside Hoists (Elevators
and Manlifts), Air Tuggers,
Strato
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Overhead, bridge type
Crane: 20 tons through 44
tons
$87.03 7 A 1 1 H 8
Power Equipment
Operators
Overhead, bridge type:
100 tons and over
$88.67 7 A 1 1 H 8
Power Equipment
Operators
Overhead, bridge type: 45
tons through 99 tons
$87.82 7 A 1 1 H 8
Power Equipment
Operators
Pavement Breaker $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Pile Driver (other Than
Crane Mount)
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Plant Oiler - Asphalt,
Crusher
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Posthole Digger,
Mechanical
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Power Plant $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Pumps - Water $83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Quad 9, Hd 41, D10 And
Over
$89.02 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 23/45
Power Equipment
Operators
Quick Tower: no cab,
under 100 feet in height
base to boom
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Remote Control Operator
On Rubber Tired Earth
Moving Equipment
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Rigger and Bellman $82.59 7 A 1 1 H 8
Power Equipment
Operators
Rigger/Signal Person,
Bellman(Certied)
$86.36 7 A 1 1 H 8
Power Equipment
Operators
Rollagon $89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Roller, Other Than Plant
Mix
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Roller, Plant Mix Or Multi-
lift Materials
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Roto-mill, Roto-grinder $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Saws - Concrete $87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Scraper, Self Propelled
Under 45 Yards
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Scrapers - Concrete &
Carry All
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Scrapers, Self-propelled:
45 Yards And Over
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Service Engineers:
Equipment
$87.54 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 24/45
Power Equipment
Operators
Shotcrete/Gunite
Equipment
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Shovel, Excavator,
Backhoe, Tractors Under
15 Metric Tons
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Shovel, Excavator,
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Shovel, Excavator,
Backhoes, Tractors: 15 To
30 Metric Tons
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Shovel, Excavator,
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
$89.91 1 5 J 1 1 G 8
Power Equipment
Operators
Shovel, Excavator,
Backhoes: Over 90 Metric
Tons
$90.84 1 5 J 1 1 G 8
Power Equipment
Operators
Slipform Pavers $89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Spreader, Topsider &
Screedman
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Subgrader Trimmer $88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Tower Bucket Elevators $87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Tower Crane: over 175'
through 250' in height,
base to boom
$89.60 7 A 1 1 H 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 25/45
Power Equipment
Operators
Tower crane: up to 175' in
height base to boom
$88.67 7 A 1 1 H 8
Power Equipment
Operators
Tower Cranes: over 250' in
height from base to boom
$90.46 7 A 1 1 H 8
Power Equipment
Operators
Transporters, All Track Or
Truck Type
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Trenching Machines $87.54 1 5 J 1 1 G 8
Power Equipment
Operators
Truck Crane Oiler/Driver:
100 tons and over
$87.03 7 A 1 1 H 8
Power Equipment
Operators
Truck crane oiler/driver:
under 100 tons
$86.36 7 A 1 1 H 8
Power Equipment
Operators
Truck Mount Portable
Conveyor
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Vac Truck (Vactor Guzzler,
Hydro Excavator)
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators
Welder $89.02 1 5 J 1 1 G 8
Power Equipment
Operators
Wheel Tractors, Farmall
Type
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators
Yo Yo Pay Dozer $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Asphalt Plant Operators $89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Assistant Engineer $83.69 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 26/45
Power Equipment
Operators- Underground
Sewer & Water
Barrier Machine (zipper)$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Batch Plant Operator,
Concrete
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Boat Operator $87.82 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Bobcat $83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Brokk - Remote
Demolition Equipment
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Brooms $83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Bump Cutter $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Cableways $89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Chipper $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Compressor $83.69 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 27/45
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
Concrete Finish Machine -
Laser Screed
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Concrete Pump - Mounted
Or Trailer High Pressure
Line Pump, Pump High
Pressure
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Concrete Pump: Truck
Mount With Boom
Attachment Over 42 M
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Conveyors $87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes Friction: 200 tons
and over
$90.46 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes, A-frame: 10 tons
and under
$82.59 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes: 100 tons through
199 tons, or 150' of boom
(including jib with
attachments)
$88.67 7 A 1 1 H 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 28/45
Power Equipment
Operators- Underground
Sewer & Water
Cranes: 20 tons through
44 tons with attachments
$87.03 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes: 200 tons- 299
tons, or 250' of boom
including jib with
attachments
$89.60 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes: 300 tons and over
or 300' of boom including
jib with attachments
$90.46 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes: 45 tons through
99 tons, under 150' of
boom(including jib with
attachments)
$87.82 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes: Friction cranes
through 199 tons
$89.60 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Cranes: through 19 tons
with attachments, a-frame
over 10 tons
$86.36 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Crusher $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Deck Engineer/Deck
Winches (power)
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Derricks, On Building
Work
$87.82 7 A 1 1 H 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 29/45
Power Equipment
Operators- Underground
Sewer & Water
Dozers D-9 & Under $87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Drill Oilers: Auger Type,
Truck Or Crane Mount
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Drilling Machine $89.91 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Elevator and man-lift:
permanent and shaft type
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Finishing Machine, Bidwell
And Gamaco & Similar
Equipment
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Forklift: 3000 lbs and over
with attachments
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Forklifts: under 3000 lbs.
with attachments
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Gradechecker/Stakeman $83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Guardrail Punch $88.22 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 30/45
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
Hard Tail End Dump
Articulating O- Road
Equipment 45 Yards. &
Over
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Hard Tail End Dump
Articulating O-road
Equipment Under 45
Yards
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Horizontal/Directional Drill
Locator
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Horizontal/Directional Drill
Operator
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Hydralifts/boom trucks: 10
tons and under
$82.59 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Hydralifts/boom trucks:
over 10 tons
$86.36 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Leverman $90.84 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$89.02 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 31/45
Power Equipment
Operators- Underground
Sewer & Water
Loaders, Overhead Under
6 Yards
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Loaders, Plant Feed $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Loaders: Elevating Type
Belt
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Locomotives, All $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Material Transfer Device $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Mechanics: All (Leadmen -
$0.50 per hour over
mechanic)
$89.91 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Motor Patrol Graders $89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Oil Distributors, Blower
Distribution & Mulch
Seeding Operator
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Outside Hoists (Elevators
and Manlifts), Air Tuggers,
$87.54 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 32/45
Sewer & Water Strato
Power Equipment
Operators- Underground
Sewer & Water
Overhead, bridge type
Crane: 20 tons through 44
tons
$87.03 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Overhead, bridge type:
100 tons and over
$88.67 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Overhead, bridge type: 45
tons through 99 tons
$87.82 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Pavement Breaker $83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Pile Driver (other Than
Crane Mount)
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Plant Oiler - Asphalt,
Crusher
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Posthole Digger,
Mechanical
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Power Plant $83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Pumps - Water $83.69 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 33/45
Power Equipment
Operators- Underground
Sewer & Water
Quad 9, Hd 41, D10 And
Over
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Quick Tower: no cab,
under 100 feet in height
base to boom
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Remote Control Operator
On Rubber Tired Earth
Moving Equipment
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Rigger and Bellman $82.59 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Rigger/Signal Person,
Bellman(Certied)
$86.36 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Rollagon $89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Roller, Other Than Plant
Mix
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Roller, Plant Mix Or Multi-
lift Materials
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Roto-mill, Roto-grinder $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Saws - Concrete $87.54 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 34/45
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
Scraper, Self Propelled
Under 45 Yards
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Scrapers - Concrete &
Carry All
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Scrapers, Self-propelled:
45 Yards And Over
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Shotcrete/Gunite
Equipment
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoe, Tractors Under
15 Metric Tons
$87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes, Tractors: 15 To
30 Metric Tons
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
$89.91 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Shovel, Excavator,
Backhoes: Over 90 Metric
Tons
$90.84 1 5 J 1 1 G 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 35/45
Power Equipment
Operators- Underground
Sewer & Water
Slipform Pavers $89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Spreader, Topsider &
Screedman
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Subgrader Trimmer $88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Tower Bucket Elevators $87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Tower Crane: over 175'
through 250' in height,
base to boom
$89.60 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Tower crane: up to 175' in
height base to boom
$88.67 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Tower Cranes: over 250' in
height from base to boom
$90.46 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Transporters, All Track Or
Truck Type
$89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Trenching Machines $87.54 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Truck Crane Oiler/Driver:
100 tons and over
$87.03 7 A 1 1 H 8
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 36/45
Sewer & Water
Power Equipment
Operators- Underground
Sewer & Water
Truck crane oiler/driver:
under 100 tons
$86.36 7 A 1 1 H 8
Power Equipment
Operators- Underground
Sewer & Water
Truck Mount Portable
Conveyor
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Vac Truck (Vactor Guzzler,
Hydro Excavator)
$88.22 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Welder $89.02 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Wheel Tractors, Farmall
Type
$83.69 1 5 J 1 1 G 8
Power Equipment
Operators- Underground
Sewer & Water
Yo Yo Pay Dozer $88.22 1 5 J 1 1 G 8
Power Line Clearance Tree
Trimmers
Journey Level In Charge $64.20 5 A 4 A
Power Line Clearance Tree
Trimmers
Spray Person $60.74 5 A 4 A
Power Line Clearance Tree
Trimmers
Tree Equipment Operator $64.20 5 A 4 A
Power Line Clearance Tree
Trimmers
Tree Trimmer $57.29 5 A 4 A
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 37/45
Power Line Clearance Tree
Trimmers
Tree Trimmer
Groundperson
$43.05 5 A 4 A
Refrigeration & Air
Conditioning Mechanics
Journey Level $100.35 6 Z 1 G
Residential Brick Mason Journey Level $71.82 7 E 1 N
Residential Carpenters Journey Level $36.44 1
Residential Cement Masons Journey Level $46.64 1
Residential Drywall
Applicators
Journey Level $78.76 1 5 J 4 C
Residential Drywall Tapers Journey Level $36.36 1
Residential Electricians Journey Level $48.80 1
Residential Glaziers Journey Level $28.93 1
Residential Insulation
Applicators
Journey Level $28.18 1
Residential Laborers Journey Level $29.73 1
Residential Marble Setters Journey Level $27.38 1
Residential Painters Journey Level $23.47 1
Residential Plumbers &
Pipetters
Journey Level $61.87 1
Residential Refrigeration &
Air Conditioning Mechanics
Journey Level $102.92 7 F 1 E
Residential Sheet Metal
Workers
Journey Level $102.92 7 F 1 E
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 38/45
Residential Soft Floor
Layers
Journey Level $59.52 7 C 3 J
Residential Sprinkler Fitters
(Fire Protection)
Journey Level $63.61 1
Residential Stone Masons Journey Level $71.82 7 E 1 N
Residential Terrazzo
Workers
Journey Level $67.51 7 E 1 N
Residential Terrazzo/Tile
Finishers
Journey Level $24.39 1
Residential Tile Setters Journey Level $21.04 1
Roofers Journey Level $67.45 5 A 3 H
Roofers
Using Irritable Bituminous
Materials
$70.45 5 A 3 H
Sheet Metal Workers
Journey Level (Field or
Shop)
$102.92 7 F 1 E
Shipbuilding & Ship Repair
New Construction
Boilermaker
$58.93 7 X 4 J
Shipbuilding & Ship Repair
New Construction
Carpenter
$51.85 7 X 4 J
Shipbuilding & Ship Repair
New Construction Crane
Operator
$43.00 7 V 1
Shipbuilding & Ship Repair
New Construction
Electrician
$58.98 7 X 4 J
Shipbuilding & Ship Repair
New Construction Heat &
Frost Insulator
$91.81 1 5 H 1 1 C
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 39/45
Shipbuilding & Ship Repair New Construction Laborer $58.60 7 X 4 J
Shipbuilding & Ship Repair
New Construction
Machinist
$58.79 7 X 4 J
Shipbuilding & Ship Repair
New Construction
Operating Engineer
$43.00 7 V 1
Shipbuilding & Ship Repair New Construction Painter $58.72 7 X 4 J
Shipbuilding & Ship Repair
New Construction
Pipetter
$59.07 7 X 4 J
Shipbuilding & Ship Repair New Construction Rigger $58.93 7 X 4 J
Shipbuilding & Ship Repair
New Construction Sheet
Metal
$58.68 7 X 4 J
Shipbuilding & Ship Repair
New Construction
Shipwright
$51.85 7 X 4 J
Shipbuilding & Ship Repair
New Construction
Warehouse/Teamster
$43.00 7 V 1
Shipbuilding & Ship Repair
New Construction Welder
/ Burner
$58.93 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Boilermaker $58.93 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Carpenter $51.85 7 X 4 J
Shipbuilding & Ship Repair
Ship Repair Crane
Operator
$45.06 7 Y 4 K
Shipbuilding & Ship Repair Ship Repair Electrician $58.98 7 X 4 J
Shipbuilding & Ship Repair
Ship Repair Heat & Frost
Insulator
$91.81 1 5 H 1 1 C
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 40/45
Shipbuilding & Ship Repair Ship Repair Laborer $58.60 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Machinist $58.79 7 X 4 J
Shipbuilding & Ship Repair
Ship Repair Operating
Engineer
$45.06 7 Y 4 K
Shipbuilding & Ship Repair Ship Repair Painter $58.72 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Pipetter $59.07 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Rigger $58.93 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Sheet Metal $58.68 7 X 4 J
Shipbuilding & Ship Repair Ship Repair Shipwright $51.85 7 X 4 J
Shipbuilding & Ship Repair
Ship Repair Warehouse /
Teamster
$45.06 7 Y 4 K
Sign Makers & Installers
(Electrical)
Journey Level $60.46 0 1
Sign Makers & Installers
(Non-Electrical)
Journey Level $38.53 0 1
Soft Floor Layers Journey Level $63.29 1 5 J 4 C
Solar Controls For Windows Journey Level $16.66 1
Sprinkler Fitters (Fire
Protection)
Journey Level $98.99 5 C 1 X
Stage Rigging Mechanics
(Non Structural)
Journey Level $16.66 1
Stone Masons Journey Level $71.82 7 E 1 N
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 41/45
Street And Parking Lot
Sweeper Workers
Journey Level $19.09 1
Surveyors
Assistant Construction
Site Surveyor
$86.36 7 A 1 1 H 8
Surveyors Chainman $82.59 7 A 1 1 H 8
Surveyors
Construction Site
Surveyor
$87.82 7 A 1 1 H 8
Surveyors
Drone Operator (when
used in conjunction with
survey work only)
$82.59 7 A 1 1 H 8
Surveyors
Ground Penetrating Radar
Operator
$82.59 7 A 1 1 H 8
Telecommunication
Technicians
Journey Level $69.69 7 E 1 E
Telephone Line
Construction - Outside
Cable Splicer $41.35 5 A 2 B
Telephone Line
Construction - Outside
Hole Digger/Ground
Person
$27.31 5 A 2 B
Telephone Line
Construction - Outside
Telephone Equipment
Operator (Light)
$34.53 5 A 2 B
Telephone Line
Construction - Outside
Telephone Lineperson $39.07 5 A 2 B
Terrazzo Workers Journey Level $67.51 7 E 1 N
Tile Setters Journey Level $65.51 7 E 1 N
Tile, Marble & Terrazzo
Finishers
Finisher $56.34 7 E 1 N
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 42/45
Trac Control Stripers
All cleanup required in
connection with trac
control stripers work
(Group 1)
$92.44 1 5 L 1 K
Trac Control Stripers
Handling, painting and
installing of all car stops,
stop signs and any other
type sign (Group 2)
$62.69 1 5 L 1 K
Trac Control Stripers
Installation of guard rail
and posts and similar
protective devices (Group
2)
$62.69 1 5 L 1 K
Trac Control Stripers
Installation of parking
gates, ticket spitters and
other mechanical and
automatic control devices
(Group 2)
$62.69 1 5 L 1 K
Trac Control Stripers
Installation of plastic
metal or composition
button, or lines used
instead of paint (Group 1)
$92.44 1 5 L 1 K
Trac Control Stripers
Line removal; chemical
sand and hydro-blast,
paint and button (Group 1)
$92.44 1 5 L 1 K
Trac Control Stripers
Manufacturing and
installation of all car stops
and control devices and
similar trac regulators
(Group 2)
$62.69 1 5 L 1 K
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 43/45
Trac Control Stripers
Manufacturing, painting,
stenciling, servicing,
repairing, placing and
removal of trac safety
and control
devices/barricades (Group
2)
$62.69 1 5 L 1 K
Trac Control Stripers
Painting and installing
lines, arrows, bumpers,
curbs, etc., on parking lots,
air elds, highways, game
courts (Group 1)
$92.44 1 5 L 1 K
Trac Control Stripers
Preparation and
maintenance of all
surfaces (Group 1)
$92.44 1 5 L 1 K
Trac Control Stripers
Seal coating, slurry
coating and other surface
protection (Group 2)
$62.69 1 5 L 1 K
Truck Drivers Asphalt Mix Over 16 Yards $79.40 1 5 J 1 1 M 8
Truck Drivers Asphalt Mix To 16 Yards $78.56 1 5 J 1 1 M 8
Truck Drivers Dump Truck $78.56 1 5 J 1 1 M 8
Truck Drivers Dump Truck & Trailer $79.40 1 5 J 1 1 M 8
Truck Drivers Other Trucks $79.40 1 5 J 1 1 M 8
Truck Drivers - Ready Mix Transit Mix $79.40 1 5 J 1 1 M 8
Well Drillers & Irrigation
Pump Installers
Irrigation Pump Installer $17.71 1
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 44/45
Well Drillers & Irrigation
Pump Installers
Oiler $16.66 1
Well Drillers & Irrigation
Pump Installers
Well Driller $18.00 1
3/11/25, 10:12 PM Journey Level Wages
https://secure.lni.wa.gov/wagelookup/rates/journey-level-rates 45/45
(this page intentionally left blank)
APPENDIX B – CITY AND WSDOT STANDARD PLANS
ALL PAVEMENT MARKINGS SHALL CONFORM TO THE FOLLOWING WSDOT STD. PLANS, EXCEPT CROSSWALK
MARKINGS AND STOP BARS SHALL BE PER CITY OF RENTON STD. PLANS 127 AND 128. WSDOT STD. PLANS
NOT INCLUDED BELOW SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC
WORKS/TRANSPORTATION.
M-3.10 LEFT TURN CHANNELIZATION
M-3.20 LEFT-TURN CHANNELIZATION REDUCED TAPERS
M-3.30 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK TURN LANES
M-3.40 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION
M-3.50 DOUBLE LEFT TURN CHANNELIZATION
M-5.10 RIGHT TURN CHANNELIZATION
M-9.50 BICYCLE LANE SYMBOL LAYOUT
M-9.60 SHARED - USE PATH MARKINGS
M-11.10 RAILROAD CROSSING LAYOUT
M-12.10 ROUNDABOUT PAVEMENT MARKINGS
M-20.10 LONGITUDINAL MARKING PATTERNS
M-20.30 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT MARKERS
M-20.40 LONGITUDINAL MARKING SUPPLEMENT WITH RPMS ~ TURN LANES
M-20.20 PROFILED AND EMBOSSED PLASTIC LINES
M-24.20 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS
M-24.40 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS
M-24.60 SYMBOL MARKINGS MISCELLANEOUS
LONGITUDINAL PAVEMENT MARKINGS SHALL CONSIST OF PROFILED METHYL METHACRYLATE (MMA), OR
UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION.
SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ALL
ROADWAYS, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION.
PAVEMENT LETTERS, CHEVRON AND DIAGONAL CROSS HATCH LINES, AND RED/GREEN PAVEMENT
BACKGROUNDS SHALL CONSIST OF METHYL METHACRYLATE (MMA), OR UNLESS OTHERWISE APPROVED BY
CITY OF RENTON PUBLIC WORKS/TRANSPORTATION.
PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS SHALL CONSIST OF HYDROCARBON
THERMOPLASTIC, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC
WORKS/TRANSPORTATION. THERMOPLASTIC SHALL CONTAIN 3M 50/50 WET/DRY ELEMENTS, OR APPROVED
EQUAL. IF INSTALLED ON CONCRETE, PAVEMENT SYMBOLS, CROSSWALK MARKINGS, AND STOP BARS
SHALL BE 3M STAMARK ALL WEATHER TAPE 380AW SERIES, OR APPROVED EQUAL.
SPEED CUSHION CHEVRON SYMBOLS SHALL CONSIST OF 3M STAMARK ALL WEATHER 380AW SERIES TAPE.
LONGITUDINAL PAVEMENT MARKINGS CONSISTING OF PAINT SHALL BE USED FOR MAINTENANCE
PURPOSES, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC WORKS/TRANSPORTATION.
LONGITUDINAL PAVEMENT MARKINGS WHERE ALL MARKINGS ARE TO CONSIST OF RAISED PAVEMENT
MARKERS SHALL REQUIRE APPROVAL FROM CITY OF RENTON PUBLIC WORKS/TRANSPORTATION. IF
APPROVED, LONGITUDINAL LANE MARKINGS SHALL FOLLOW WSDOT STD. PLAN M-20.50-02 LONGITUDINAL
MARKING SUBSTITUTION W/RAISED PAVEMENT MARKERS.
PAVEMENT SURFACE AND AIR TEMPERATURE AT THE TIME OF PAVEMENT MARKING APPLICATION SHALL
NOT BE LESS THAN 50° F.
Docusign Envelope ID: CAEEA226-F133-431A-9622-23AB6EE84358
4/14/2025 | 4:44 PM PDT
1 1 VARIES 1 1
MIN MIN MIN I MIN
SPECIAL NOTE: T < }
x , 4
IN THE EVENT TRANSVERSE PATCHES EXIST I ;
WITHIN THE AFFECTEO STREET, THE LENGTH I I
IOFTHEPATCHSHALLBEEXTENDEDTO
INCLUDE ANY EXISTING PATCH WITHIN 10 j
FEET OF THE EDGE OF THE PATCH REQUIRED iFORTHENEWCROSSINGANDANYf . .
SUBSEQUENT PATCH EDGE WITHIN 70 FEE7
OF THE EDGE OF THE SECOND PATCH AND
SO ON UP TO A TOTAL OF 300 FEET. I FACE OF GUTTER OR
i I EDGE OF PAVEMENT
k -=f--
a ;
TRAFFIC FLOW
2" HMA I r a d` i
i
CENTER LINE ORILANELWE
2" TO 8" HMA i
I
6.5' MIN.
2" DEPTH OF
PLANING OR SAWCUT AND REMOVE
VARIES: 6.5' MIN.
DEPTH OF EXISTING PAVEMENT
MIN I MIN
VARIES {
MIN I MINI
2" SAWCUT AND REMOVE
OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2)
AR-4000W
EACH SIDE)
6" CRUSHED SURFACWG TOP COURSE (CSTC)
2" HMA 9-03.9(3)) PER WSDOT STANDARO
SPECIFICATIONS, COMPACTED TO 95% MODIFIED
PROCTOR.
SAWCUT AFTER BACKFILL
EACH SIDE)
CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL
9-03.19), GRAVEL BORROW (9-03.14(1)) PER
WSDOT STANDARD SPECIFICATIONS OR NATIVE
MATERIAL IF APPROVED IN WRITING BY ENGINEER
BASED ON GEOTECH REPORT, COMPACTED TO 95%
MODIFIED PROCTOR.
WIDTH OF TRENCH AS RE UIRED BY SIZE OF PROPOSED
IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4)
PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL- SEE STANDARDNEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1.
STANDARD SPECIFICATION 7-08.3(1)B
TRENCH WIDTH
FOR NOTES, SEE STANDARD PLAN 110.1
TYPICAL TRANSVERSE PATCH FOR
p - 110
PUBLIC WORKS
FLEXIBLE PAVEMENT OR RIGID F'}'R 'E;D
DEPARTMENT u j,.,,
PAVEMENT WITN OVERLAY
r
T
CURB LANE
CONCRETE
CURB &
GUTTER
(TYP.)
TIRE TRACKS
(TYP.)6" MIN. (TYP.)
CROSSWALK
MARKINGS, SEE
NOTE 1 (TYP.)
LANE LANE CURB LANE
10
'
(
T
Y
P
.
)
24"
(TYP.)
8"
(TYP.)
8"
(TYP.)
MI
D
-
B
L
O
C
K
L
O
C
A
T
I
O
N
S
:
2
0
'
M
I
N
.
-
5
0
'
M
A
X
.
ST
O
P
C
O
N
T
R
O
L
L
E
D
A
P
P
R
O
A
C
H
E
S
:
4
'
M
I
N
.
WHITE STOP BAR, SEE NOTE 3
WHITE CROSSWALK
MARKINGS (TYP.)
16
"
LANE LINE LANE LINE℄
NOTES:
1. PIANO STYLE CROSSWALK MARKINGS SHALL BE USED FOR ALL MARKED CROSSWALKS, EXCEPT MARKED CROSSWALKS AT TRAFFIC SIGNAL
CONTROLLED INTERSECTIONS (INCLUDING UNSIGNALIZED RIGHT TURN SLIP LANES), AND AT ALL-WAY STOP CONTROLLED INTERSECTIONS
SHALL BE PER STANDARD PLAN 128. MARKED CROSSWALKS ON STATE ROUTES SHALL BE SUBJECT TO WSDOT APPROVAL.
2. ALL MARKED CROSSWALKS LOCATED WITHIN A SCHOOL ZONES SHALL BE PIANO STYLE CROSSWALK MARKINGS.
3. HAWK SIGNAL AND RECTANGULAR RAPID FLASHING BEACON MARKED CROSSWALKS SHALL BE PER THIS STANDARD PLAN.
4. PAVEMENT MARKING MATERIAL SHALL BE PER STD. PLAN 109.
5. 16" WIDE WHITE STOP BARS SHALL BE INSTALLED AT STOP CONTROLLED APPROACHES, AND WHEN A HAWK SIGNAL OR RECTANGULAR
RAPID FLASHING BEACONS (RRFB) ARE PRESENT AT A MID-BLOCK CROSSING. OTHERWISE, NO STOP BARS SHALL BE INSTALLED.
6. TO MINIMIZE WEAR, CROSSWALK MARKINGS SHALL BE LOCATED IN THE CENTER OF THE TRAVELLED PORTION OF THE LANE.
PIANO STYLE CROSSWALK
PLAN & PROFILE VIEWS
Docusign Envelope ID: CAEEA226-F133-431A-9622-23AB6EE84358
4/14/2025 | 4:44 PM PDT
10
'
M
I
N
.
4'
M
I
N
.
WHITE STOP BAR,
SEE NOTE 3
WHITE CROSSWALK MARKINGS (TYP.)
12
"
(
T
Y
P
.
)
16
"
NOTES:
1. MARKED PEDESTRIAN CROSSINGS LOCATED AT TRAFFIC SIGNAL CONTROLLED INTERSECTIONS (INCLUDING UNSIGNALIZED RIGHT TURN
SLIP LANES), AND AT ALL-WAY STOP CONTROLLED INTERSECTIONS SHALL BE PARALLEL STYLE CROSSWALK MARKINGS. SEE STANDARD
PLAN 127 FOR ALL OTHER CROSSINGS, INCLUDING HAWK SIGNALS AND RECTANGULAR RAPID FLASHING BEACON (RRFB) CROSSINGS.
MARKED CROSSWALKS ON STATE ROUTES SHALL BE SUBJECT TO WSDOT APPROVAL.
2. ALL MARKED CROSSWALKS LOCATED WITHIN A SCHOOL ZONES SHALL BE PIANO STYLE CROSSWALK MARKINGS, SEE STANDARD PLAN 127.
3. PAVEMENT MARKING MATERIAL SHALL BE PER STD. PLAN 109.
4. 16" WIDE WHITE STOP BARS SHALL BE REQUIRED.
PARALLEL STYLE CROSSWALK
PLAN VIEW
Docusign Envelope ID: CAEEA226-F133-431A-9622-23AB6EE84358
4/14/2025 | 4:44 PM PDT
DocuSign Envelope ID: 894DB72E-3255-4A63-A0F1-38A20AAF74CA
5/2/2024 | 4:41 PM PDT
NOTES:
1. RECTANGULAR RAPID FLASH BEACON (RRFB) LIGHT BARS, POLE MOUNTED CABINETS, AND CONTROLLER EQUIPMENT SHALL BE MODEL
SC315-G, BY CARMANAH OR APPROVED EQUAL. SEE MANUFACTURER'S INSTALLATION GUIDE FOR INSTALLATION DETAILS. EACH POLE
SHALL BE EQUIPPED WITH A POLE MOUNTED CABINET. AC POWER SHALL BE USED UNLESS OTHERWISE APPROVED BY CITY.
2. PEDESTRIAN PUSH BUTTON LOCATION AND ORIENTATION SHALL FOLLOW PROWAG ADA GUIDELINES. PEDESTRIAN PUSHBUTTON AND
SIGN ASSEMBLY SHALL BE BY POLARA OR APPROVED EQUAL. PEDESTRIAN PUSH BUTTONS SHALL BE iNX, YELLOW BODY WITH R10-25 (9"
x 12") SIGN. SEE MANUFACTURER'S INSTALLATION GUIDE FOR INSTALLATION DETAILS.
3. SEE STD PLANS 141.2, 141.3, & 141.5 FOR FOUNDATION DETAILS. FOUNDATIONS SHALL BE POURED AGAINST UNDISTURBED EARTH,
SONOTUBES ARE PROHIBITED. ANCHOR BOLTS SHALL BE BY PELCO OR APPROVED EQUAL. ANCHOR BOLTS SHALL BE AP-1095-GLV,
ANCHOR BOLT CAGE WITH HARDWARE, 3/4"-10 x 18" BOLTS, 36" REBAR, 13" BOLT CIRCLE, AND GALVANIZED.
4. WARNING SIGNS SHALL HAVE FLUORESCENT YELLOW-GREEN BACKGROUND WITH BLACK LEGEND, SIGN SIZES SHALL BE PER THE MANUAL
ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD).
5. SEE STD PLAN 141.4 FOR BASE ASSEMBLY DETAILS. BASE ASSEMBLY, POLE, AND POLE CAP SHALL BE BY PELCO OR APPROVED EQUAL.
POLE BASE SHALL BE PB-5334, 13-3/4" x 13-3/4" x 15" ALUMINUM SQUARE BASE ASSEMBLY, WITH ALUMINUM DOOR, NO LOGO, 1 HEX BOLT,
GROUNDING LUG, 12" MINIMUM TO 14.5" MAXIMUM BOLT CIRCLE, AND PROCESS NO COLOR. POLE SHALL BE PB-5102, 4" 8 NPT SCHEDULE
80, SPUN ALUMINUM, 14' LENGTH, AND PROCESS NO COLOR. POLE CAP SHALL BE PB-5401 ACORN TYPE, ALUMINUM, 4-1/2" O.D. WITH
STAINLESS STEEL FASTENERS.
6. AC POWERED RRFBS SHALL BE EQUIPPED POLE CAPS. SOLAR POWERED RRFBS SHALL OMIT POLE CAPS AND SHALL BE EQUIPPED WITH
POST TOP SOLAR PANEL. SOLAR PANELS SHALL BE SIZED FOR LOCATION AND ORIENTED SOUTH. FOUNDATIONS FOR SOLAR POWERED
RRFBS SHALL BE SIZED TO SUPPORT SOLAR PANEL.
7. ALL POLES, INCLUDING POLES LOCATED IN THE MEDIAN, SHALL BE EQUIPPED WITH W11-2 (S1-1), W16-7p WARNING SIGNS, AND LIGHT BARS
ON BOTH SIDES OF THE POLE, DOUBLE SIDED. HOWEVER, ON ROADS WITH POLES LOCATED IN THE MEDIAN, POLES OUTSIDE OF THE
MEDIAN ISLAND MAY BE EQUIPPED WITH W11-2 (S1-1), W16-7p WARNING SIGNS, AND LIGHT BARS ON ONE SIDE, SINGLE SIDED.
8. SIGNS SHALL BE INSTALLED ON METAL POLE WITH BANDING PER STD PLAN 129.
14
'
-
0
"
SEE NOTE 3
3'
-
6
"
7'
-
0
"
M
I
N
.
C
L
E
A
R
A
N
C
E
PEDESTRIAN PUSH
BUTTON AND SIGN
ASSEMBLY, SEE NOTE 2
14'-0" POLE , SEE NOTE 5
W16-7p (LEFT OR RIGHT)
DOWNWARD DIAGONAL
ARROW PLAQUE, SEE
NOTE 4
W11-2 PEDESTRIAN
SIGN SHOWN. FOR
SCHOOL
CROSSWALKS USE
S1-1 SCHOOL SIGN,
SEE NOTE 4
POLE CAP, SEE
NOTE 5
RECTANGULAR
RAPID FLASHING
BEACON LIGHT BAR
WITH PEDESTRIAN
CONFIRMATION
LIGHT(S), SEE NOTE 1
POLE MOUNTED
CONTROLLER
CABINET, SEE NOTE 1
3"
M
A
X
.
3"
M
A
X
.
W11-501 (12" x 12")
CROSS TRAFFIC MAY
NOT STOP USE CAUTION
WHEN CROSSING SIGN.
MATCH PUSH BUTTON
ORIENTATION.
SEE DETAIL, THIS SHEET
SQUARE BASE ASSEMBLY,
SEE NOTE 5
W11-501
(12" x 12")
PEDESTRIAN SYMBOL HEIGHT - 4" (IN)
BICYCLE SYMBOL HEIGHT - 3" (IN)
LETTERS - 1" C SERIES
LEGEND - BLACK
BACKGROUND - FLUORESCENT
YELLOW-GREEN
Docusign Envelope ID: CAEEA226-F133-431A-9622-23AB6EE84358
4/14/2025 | 4:44 PM PDT
7/27/2022 | 5:44 PM PDT
DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F
7/27/2022 | 5:44 PM PDT
DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F
PRECAST BASE SECTION
SEE NOTE 1
NOTES:
1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN
IN THE PRECAST BASE SECTION, FIBERS (PLACED IN
ACCORDANCE WITH STANDARD SPECIFICATION
9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF
0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH
THE MINIMUM REQUIRED REBAR SHOWN IN THE
ALTERNATIVE PRECAST BASE SECTION. WIRE MESH
SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN
ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN
THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH
HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER
FOOT MAY BE USED.
2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER
THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS
OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5"
MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE
OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED,
FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH
STANDARD SPECIFICATION 9-04.3.
3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO
THE LOWEST PIPE INVERT SHALL BE 5 FEET.
4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE
FLANGE DOWN.
5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED
FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF
1H:24V OR STEEPER.
6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE
PRECAST BASE SECTION.
7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE
INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR
NON-SHRINK APPLICATIONS IN ACCORDANCE WITH
STANDARD SPECIFICATION 9-20.3(2).
8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN
MORTAR IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE
AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND
FRAMES.
9.MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURER'S DIRECTIONS.
10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT
LENGTH.
11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND
REMAIN VISIBLE UPON COMPLETION.
FRAME AND VANED GRATE
RECTANGULAR ADJUSTMENT SECTION
34"
24"
30
20
5"
5"
1", 2", 4", 6", 12", OR 24"
ONE #3 BAR HOOP FOR 6" HEIGHT
INCREMENT (SPACED EQUALLY),
SEE NOTE 1
PIPE ALLOWANCES
PIPE MATERIAL
MAXIMUM
INSIDE
DIAMETER
REINFORCED OR PLAIN
CONCRETE
12"
ALL METAL PIPE 15"
CPSSP*,
STD. SPEC. 9-05.20
12"
SOLID WALL PVC,
STD. SPEC. 9-05.12(1)15"
PROFILE WALL PVC,
STD. SPEC. 9-05.12(2)
15"
CORRUGATED POLYETHYLENE STORM
SEWER PIPE
26",
S E E N O T E 6
22SE
E
N
O
T
E
6
3"4"44"
21" MIN.4"
MI N. (T Y
P.)3 BAR EACH
SIDE 3 BAR EACH
WAY 3 BAR
EACH CORNER 3
BAR EACH CORNER
18" MIN.3 BAR
HOOP ALTERNATIVE PRECAST BASE
SECTION CATCH BASIN TYPE
1 STD.
PLAN -
200.
00PUBLIC
WORKS DEPARTMENT APPROVED:
DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING
IS NOT TO SCALE (NTS)DocuSign Envelope ID:
6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/
NOTES:
1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS.
2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE
SLOPED TO FACILITATE CLEANING.
3.THE RECTANGULAR FRAME AND GRATE MUST BE
INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE
CAST INTO THE ADJUSTMENT SECTION.
4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"
MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP
BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE
PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH
JOINT MORTAR IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-04.3.
5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET
IN MORTAR IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-04.3.
6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE
CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE
ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO
AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF
THE SAME MATERIAL AS THE CONNECTING PIPE.
7.MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURER'S DIRECTIONS.
8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT
LENGTH.
9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND
REMAIN VISIBLE UPON COMPLETION.
CATCH BASIN FRAME AND VANED
GRATE PER STD. PLAN 204.00
RECTANGULAR OR CIRCULAR ADJUSTMENT
SECTION (TWO SECTIONS MAX.)
MORTAR, (TYP.), SEE NOTE 5
FLAT SLAB TOP
SEE NOTE 6, TYP.
REINFORCING STEEL, (TYP.)
GRAVEL BACKFILL FOR PIPE ZONE
BEDDING PER WSDOT STD.
SPECIFICATION SECTION 9-03.12(3)
INTEGRAL BASE
PRECAST WITH RISER
STEPS OR
LADDER
4" MIN.
16" MAX.28" MAX.
48", 54", 60", 72", 84",
96", 120" OR 144"
12" (TYP.)
24"
MIN.
12" MAX.
1" MIN.
2.5" MAX.
12"
6"
15' MAX. FOR
MAINTENANCE
SEPARATE BASE
PRECAST
O" RING
12"
6"
CATCH BASIN DIMENSIONS
CATCH BASIN
DIAMETER
MIN. WALL
THICKNESS
MIN. BASE
THICKNESS
MAXIMUM
KNOCKOUT SIZE
MINIMUM
DISTANCE
BETWEEN
KNOCKOUTS
48"4"6"36"8"
54"4.5"8"42"8"
60"5"8"48"8"
72"6"8"60"12"
84"8"12"72"12"
96"8"12"84"12"
120"10"12"96"12"
144"12"12"108"12"
PIPE ALLOWANCES
CATCH BASIN
DIAMETER
PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER
CONCRETE ALL METAL CPSSP 1 SOLID WALL
PVC 2
PROFILE WALL
PVC 3
48"24"30"24"30"30"
54"30"36"30"36"36"
60"36"42"36"42"42"
72"42"54"42"48"48"
84"54"60"54"48"48"
96"60"72"60"48"48"
120"66"84"60"48"48"
144"78"96"60"48"48"
1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20)
2 STD. SPEC. 9-05.12(1)
3 STD. SPEC. 9-05.12(2)
CATCH BASIN TYPE 2
STD. PLAN - 201.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
BAND -
OR
MOUNTING ON EXISTING
METAL POLE OR LUMINAIRE
MIN.
NOTES
1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE
CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE
CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS
THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST
CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON
THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE
ASSEMBLED.
2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2
1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE
SUBSTITUTED. SEE CONTRACT PLANS.
3. PERFORATED SQUARE STEEL POST SHALL MEET THE
REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06.
4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED
HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT
STANDARD SPECIFICATIONS 9-06 AND 9-28.
EDGE OF TRAVELED
ROADWAY
90-F,3C
FOR REFLECTORIZED SIGNS: MOUNT
FACING 3'(degree) OUTWARD IF SIGN
IS WITHIN 30 FEET OF ROADWAY
SIGN FACE ORIENTATION
BOLT STOPGN POST
TYPE ST -4 SIGN SUPPORT
OST SUPPORT — 2.25"
HOT—DIP GALV.,
ANCHOR
ON CRE 1E
MOUNTING ON METAL POST
SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (
ADOPTED ( /V
nerc
SIGN POST
s
LOWER SIGN
e
5/16" (IN) CORNER BOLT
IN) POST SUPPORT OR 3/6' FLANGED
SHOULDER BOLT NTH
NUT AND WASHERS
2 REQUIRED (TYP.)
BOLT STOPGN POST
TYPE ST -4 SIGN SUPPORT
OST SUPPORT — 2.25"
HOT—DIP GALV.,
ANCHOR
ON CRE 1E
MOUNTING ON METAL POST
SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (
ADOPTED ( /V
nerc
i.-•=.-vm.,,,^J..,-.a;e-m r'.'.+—!^-^-+rrc-^vn3-x_._.. r ,.fie. ,_.3`-+F.r-,.,..._,.e,-„......
EDGE aFSNmRDDi — OR7URNDUr
AT EDGE OF SHOULDER
A TYISr P1ATE
SEEDErAly
S/EE'rSte 1
LSEE NOIE01
FACEN
I
QaiB
h
IYPE(
WTYPeOF ' SUPPORT
r
F CUPo vNUE.S
vME.
VARIES) SmE
BEHIND CURB
MAILBOX PLACEMENT. SECTIONS
eNeOx S101 1,1A OR] (TYPU
R aLALPS PER B=
n rBra IIIA 4—r w
i us ua ua ' ua ua
u wa wa nra ws
I—a-mitBEIMEENxa90)k6
vMWarorr
BEHIND SIDEWALK
NOTES:
1. An mfu.hble platform may be used In Ocu of Cha platform design shown on
Rtis nlan. Adjustable platforms must fit Ue bracket design drown on gds plan.
required. required. seeeresulted for all single post inslellalfons. Field adtag may be
2. A Type 2 support is requlmd when 2 of more mares em to be Installed on
one support A meKimum of 6 mailboxes may be installed on a Type 2 suppartSeeStd. Spec. 932.7.
3. Attach as crews r box to a steeligsstwhit two 170 Muller Clem stated
lag both m
aFie
7refnlholesinspf box
mai n the Newspaperepamorotlwmust• M& affiM beyond the tramof the
4. rng of mallson mounting holes varies among manufa haves. AttachmentoMemailboxtogreWatlortnmayrequiredMingadddionalholesthroughthe
mallbai to at the platform
S. Comer the maiDox on the plaUpm to ensure apace far Ne msExar door.to
open and to albw spam far Igshging the fostoem.
S. A Socket endSnoring system may be 6ubsgWteci M fieu of me =IL
twist Dlate assemb for single steel posts shown on this plan. The socket and
wedge anchoring system shag meet NCHRP 360 cash teat afteria. Anb-teht
replatesanot mqu tar wood post insfagatans.
EcmmwcoxmucP
SEE DETAIL. aEaaET+7
e _ eiEELPoSi. WpODPoIIi-oq z*^^ .. t ..__ ...,.,,, .. _.._ _
OP110R . OPTKIN I ., , . .. (PItOPpre'GRYDtlIONIIROMIO DODARE
TYPE ISUPPORT r. ., -- • ,,. ,. - TYPE 2SUPPORT
r -
MAILBOX SPACING DETAIL ” -:. $APTED
oeks Inu"rauu nw.r r: .
an'
T`04 j "rf« -n .s`3.:•
NCO r+ r CAST DAT
PIEEA "'.
TON
LANS T
151099!2002, --
20-/-
FACE OF CURB
6 112' '
1/2" R. 1" R.
1:24
t
TOP OF
112" R. ROADWAY
I
V
ED
T
CEMENT CONCRETE
TRAFFIC CURB AND GUTTER
FACE OF ADJACENT CURB
6 1f2"--
FLUSH WITH GUTTER
PAN AT SIDEWALK
RAMP ENTRANCE
1:12 1:24
TOP OF
112" R. ROADWAY
1
DEPRESSED CURB SECTION
AT SIDEWALK RAMPS
w '
PREMOLDED
JOINT FILLER
E FULL -DEPTH
EXPANSION JOINT
6" CEMENT CONCRETE
112" R. 1"R. SIDEWALK RAMP
VARIES
OR LANDING
FROM !
6"TOO S
s"
T
318" PREMOLDED
JOINT FILLER
CEMENT CONCRETE
PEDESTRIAN CURB
AT SIDEWALK RAMPS AND LANDINGS
6 112" '
FACE OF ADJACENT CURB
SEE DEPRESSED CURB DETAIL THIS SHEET
114
TOP OF
1/2" R. ROADWAY
2"
i
T
DEPRESSED CURB SECTION
AT RESIDENTIAL DRIVEWAYS ONLY.
FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2
1 P2' R.
FACE OF ADJACENT CURB I
GUTTER SURFACE
u
6 112" 1"
1' R.
FACE OF CURB
1" R.
8 114"
1" R.
CEMENT CONCRETE
i TRAFFIC CURB
DEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS
GENERAL NOTES:
1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing.
2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler.
3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2
TOP OF
ROADWAY
STD. PLAN — 101
a PUBLIC WORKS
CEMENT CONCRETE CURBSDEPARTMENT
NOfE2 X3/8 -R X 5/8"D DUMMY JOINT
I I
I I
3/8- PREMOLDED JOINT FILLER (TYP) I
F V— 5 _
PLAN VIEW
FACEOF
FRAME
A GRATECURBI_S FRANE60RATE
6 1/2"
IL•
13"
51 2" 1• (
I.OB')
FRAMEANDGRATE-NOTndwosa
1/2" R. 1' jR MATCHROADWAY Iry DDRB AND DUTIERSID rlEh1
SLOPE
TOP OFI
1R2EOE69
ROADWAY
D'
D D D
D.. D.'.' ADJUSTMENT SECTION -NOTINCLUDED
D' e' INCURSANDOUTIERSIDIIEM
CATCH RUN -NOTDICL DED
D •'••' - INCURSANDOUTTERSIDREM
SECTION O
GENERAL NOTES:
1. The Intent of this design Is to facilitate the removal'
of a catch basin with minimal disturbance
of the curb
x .i-
2. The expansion joints of the - i .
I. adjacentsidawalkshall
be adjusted to be In
line with these curb
expansion joints. j I sI
SEE NOTE2
CEMENTCONCREIE
CURS AND ODTTER
I
ISO 2IC VIEW
CEMENT CONCRETE CURB
SM. PLAN — IMA
PUBLIC WORKS PRO D: INSTALLATION AT
DEPARTMENT
CATCH BASINS ADA
s RAISED EDGE DETAIL 1 a sI DEWALK
LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0"
11r R J01NTS TO INCLUDE RASED EDGE
318• (IN) PREMOLDED JOINT FILLER
TYPICAL WHERE APPLICABLEON
RDUt DING 2.0%1 tr2" (IN) R. (TYP.]
FOR CURB pETA[LS
r , SEE STD PLAN 101
er ' y r. STING ROADWAY
CRUSHED ROCK BrLS
SEE RAISED EDGE I
SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL
CUT SIDEWALK
OMPACT TO 957, MODIFILU PROCTOR MIN.
O
SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER)
TYPICAL. UNDER ALL CURB, V2" (
tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' '
v
FOR
CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS%
SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,•
i!' BASE,
WHICHEVER IS GREATER (1YP. FOR ALL
CURB b GUTTER). FINISHED
GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF
CONCRETE SURFACE ADJACENT
TO CURB MIN 1,
m 1 0• ROU
DING R. (
TYR) FOR
CURB DETAILS 1,
5% SEE STD PLAN 101 o
a
t
s
Fr• • BRI
DGE OR PEDESTRIAN RAILING
ADJACENT
TO CURB FOR
CURB CURSDETAILS WRIER -
SEE SIDEWALK SEE $TD PLAN 101. STEEP
FILL SLOPES) CONTRACT
PLANS WALL OR BARRIER I
772' (IN) R. (TYP.) J
I
SIDEWALK FLUSH'
1.
5% t
1rz• M R. VERTICAL
WALL - -- ' -. . - -- \Vr
ti..f . •. SEE
DETAIL 318• (
IN) PREMOLDED JOINT
FILLER ADJACENT
TO CURB AND RAILING OR WALL a (IN) PREMOLDED
JOINT
FILLER FOR
SIDE BUFFER
STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE
HER (SEE NOTE 10) SIDEWALK/
12• (
IN) R. SECTIONS1 (
TYP ) FOR
v
1.5% SEE STD PLAN 10.S
1.
SX MIN. SEE STD PLAN 101 r 4`\\
f
GROOMED FINISH OR
MATCH E)(iST1NG e
4' M/IDE, SMOOTH Go
TROWELED PERIMETER FINISHED
GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE
FOR PLANTING -FLUSH IF PAVED T
CONCRETE CEMENTCONCRETECURB CURB ADJACENT
TO BUFFER STRIP 0 CURB FOR
CURB DETAILS D•
SEE STD PLAN 101 r
5, z
1r8'TD 114' NOTES
1.
Four feet of the sidewalk width shall be
the minimum pedestrian CONTRACTION
JOINT • . Al
yam.
aocessibTe
route (aut) free of vertical IN
RAG .'
andhorizontalobstructions. Gratings, FULL -
DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB
AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances
within the sidewalk ` s'F 3W C CONTRACTION JOINT must
be flush with surface, and match grade
of the sidewalk. JOINT AND FINISH DETAIL
2.
Monolithic Cement Concrete Curb and + Sidewalk
is not permitted in new For other referenced NOTES see , construction.
When replacement work STD PLAN 104.2, R ••
necessitates
a Monolithic Cement PREMOLAE
ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD
PLAN 102.1 as applicable. E FULL -DEPTH 3.
Concrete to 6e 4,000 PSI. EXPANSION
JOINT fthk
SM PLAN - 109 PUBLIC
WORKS CEMENT CONCRETE PPRQ •
ED: DEPARTMENT
SIDEWALK T ljZ_It]ra#'YA 104/ +7
FOIfEV r'IgU{F64C6WALR iIh'ifr
F'YN vYFE55EEntaren
WWROWIRCIFFIAW
wFNt11E4
oMCYMY K4YPE0
v 1!F et0 FUN lapVa"
FOFfYfUt
SEE M9iE f
I
CWKTIIYGIEM-0MI
r
W.IWINfMry
F(E M(IIEI - RYENIfAOIfE
TOFFItVFI
S
IFFEF
Np1F i
ascaxfNaEacNaorrtrtvF.; f
lf1EE np FUN np
PIAN Mw
N!s
N
1 EM1O 1 `a]f Nfl lE[Na1E{;1'rY,.
11 /
Y E F'Mw
CYI YYIItIlax 1ElE
6'lil RMSYDCUN{WTFII
YMf`, aFEYMNFFXr AMI(M1V.) IQ.Icff4
9ECTIONOryFESN F4N loa VIIIIM1EJ _fIWYY{IM]M_ _
M M'11YW RMFSbET WF YtJYfvELtA[MlEal _ Ih
n
CWVEYNY r-ai
I OOPn'Ef1YY YY gtgrh .
N __—
CLr wCtYOltEcwFEwmfl
s N]fEJI
YES.. SLD PIAN IN }
STD. PLAN - 104.1
PUBLIC WORKS CEMENT CONCRETE DRIVEWAY,.
4
DEPARTMENT ENTRANCE - TYPE R1
Gregg Zimmerman. PUM¢ W orlu Administrator
CEMENT
SEE NOTE 31
CEMENT- DEPRESSED MONOLITHIC
CONCRETE - CURB 8 CUTTER
SIX -WALK j j (SEE DETAIL MS SHEET)
TYPE C213 - ISOMETRIC VIEW
COMMERCIAL, WITH BUFFER)
NOTES
1. When a driveway width exceeds 15 feet, consbud a full depth
expanslon joint with 3f8' Joint filler along the driveway lane lines
see std. plan 102). Construct expansion joints parallel with the
centerline as required at 15 maximum sparing when driveway
Widths exceed 30'.
2. See std. plan 102 for sidewalk details.
3. Curb and gutter shown, other curb designs may be specified.
See std. plan 101 for curb details.
4. Not used.
5. The engineer will design all driveways to Include elevations at all
points marked with symbol "X'. All elevations are at the back of
Curb top on uphill side.
6. Not used.
7. For Driveway Widths see DRIVEWAY STANDARDS
See NOTE 10). The expansion joints (see end. plan 102) shall be
spaced as shown In the corresponding leamViic New.
8. Slopes shall comply with sections 8303.21 or R303.2.2 or
R303-2.3 of the Revised Draft Guidelines for Accessible Public
Rigbtsaf=Way of Nove uba 23, 2005 (PROWAO).
9. Curb returns for any Type C -MAX Driveway maybe approved on
a case-by-case basis,
10. STREET STANDARDS= Renton Municipal Code (RMC)
Tide IV Development Regulators
CHAPTER 6 STREET AND UTILITY STANDARDS
Section 4.6-060 STREET STANDARDS
DRIVEWAY STANDARDS = Renton Municipal Cade (RMC)
Tice IV Development Regulations
CHAPTER 4
CITY-WIDE PROPERTY DEVELOPMENT STANDARDS
Section 4 -4 -ON PARKING, LOADING AND DRIVEWAY
REGULATIONS
aEE.C.
coNTwtcnCN X}
aro N.w tae
b
SEE DEFREMECC Dr1M
on r z ew-
Wit TOPOF1110MY
NOTE, ORNE NYtalC.naEULmMB1IX1
ADM
NOLtFMALO
CURBDEPRESSEDMDNOLTTNIDpJRB 6 DUTfEfiOETAL
FACE OF ADJACENT WF®
DEPRESSED CURB DETAIL
AT RESIDEMW. ORCORBBK.YAL DRIVEWAYS, AND ALIEN'S
DdvelNay Example: TYPE C11 B
R=Rlisd, d, C.CwwnwdAl 1NurtofLAIW. _----
MA)(x lwne Comm q
a=b,(Pia tNSw;l 3an1F41e Buffer -
PUBLIC WORE' CEMENT CONCRETE DRIVEWAY
STD. PLAN - 104.2
DEPARTMENT ENTRANCES - NOTES AND DETAILS A11f'— //
(November 4, 2024) 1
Standard Plans 2
The Washington State Department of Transportation Standard Plans M21-01, published 3
September 2024, is made a part of this Contract with the following revisions: 4
5
A-10.30 6
RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The 7
RISER RING detail is deleted from the plan. 8
9
INSTALLATION detail, SECTION A: The “1/4”” callout is revised to read “+/- 1/4" (SEE 10
CONTRACT ~ Note: The + 1/4" installation is shown in the Section A view)” 11
12
A-40.20 13
Sheet 1, NOTES 1, 2, 3, and 4 are replaced with the following: 14
15
1. Use the ½ inch joint details for bridges with expansion length less than 100 feet and 16
for bridges with L type abutments. Use the 1 inch joint details for other applications. 17
18
2. Use detail 5, 6, 7 on steel trusses and timber bridges with concrete bridge deck 19
panels. 20
21
3. For details 1, 2, 3, and 4, the item “HMA Joint Seal at Bridge End” shall be used for 22
payment. For details 5 and 6, the item “HMA Joint Seal at Bridge Deck Panel Joint” 23
shall be used for payment. For detail 7, the item “Clean and Seal Bridge Deck Panel 24
Joint” shall be used for payment. 25
26
Sheet 2, Detail 8 reference to “6-09.3(6)” is revised to read “6-21.3(7)”. 27
28
A-50.40 29
Sheet 1, Plan View: The callout “BEAM GUARDRAIL TYPE 31 TRANSITION SECTION 30
TYPE 21 OR TYPE 24 (SEE STANDARD PLAN C-25.20 OR C-25.30)” is revised to read 31
“BEAM GUARDRAIL TYPE 31 TRANSITION SECTION TYPE 21, 24, OR 25 (SEE 32
STANDARD PLAN C-25.20, C-25.30, OR C-25.32)” 33
34
A-60.40 35
Note 2 reference to “6-09.3(6)” is revised to read “6-21.3(7)”. 36
37
B-90.40 38
Valve Detail – DELETED 39
40
C-23.70 41
Sheet 2, ANCHOR BRACKET ASSEMBLY DETAIL, dimension, “R. 5/16” is revised to read; 42
R. 15/16” 43
ANCHOR PLATE DETAIL, weld callout (fillet), 1/4" is revised to read; 3/16” 44
45
C-60.20 46
Sheet 1, Plan view, callout – “1/2” (IN) DIAMETER X 6 1/2" (IN) LONG ANCHOR BOLT ~ 47
PER STD. SPEC. SECT. 9-06.5(4) (TYPICAL) (SEE NOTE 7)” is revised to read: “5/8” 48
DIAMETER x 6 1/2" (IN) LONG ANCHOR BOLT ~ PER STD. SPEC. SECT. 9-06.5(4) 49
(TYPICAL) (SEE NOTE 7)” 50
1
C-81.15 2
Sheet 1, General Notes, Add Note 7, to read;”7. The concrete class for the moment slab 3
shall be class 4000 typically and class 4000A when the top of the slab is used as the roadway, 4
or sidewalk, surface. The concrete class for the barrier is defined in Standard Specification 5
Section 6-10.3.” 6
7
C-85.11 8
On Section B, the callout “3” EXPANDED POLYSTYRENE AROUND COLUMN (TYP.)” is 9
revised to read “3” EXPANDED POLYSTYRENE OR POLYETHYLENE FOAM AROUND 10
COLUMN (TYP.)” 11
12
D-3.09 13
Sheet 1, Geosynthetic Wall with 2 FT Traffic Surcharge detail, callout – “BARRIER ON WALL 14
~ SEE Standard Plan D-3.15 or D-3.16” is revised to read: “BARRIER ON WALL ~ SEE 15
Standard Plan C-81.10 and/or C-81.15” 16
17
D-3.10 18
Sheet 1, Typical Section, callout – “FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER. 19
USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.15” is revised to 20
read; ”FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE CONTRACT PLANS” 21
Sheet 1, Typical Section, callout – “FOR WALLS WITH F-SHAPE TRAFFIC BARRIER. USE 22
THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16” is revised to read; 23
”FOR WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT PLANS” 24
25
D-3.11 26
Sheet 1, Typical Section, callout – “”B” BRIDGE APPROACH SLAB (SEE BRIDGE PLANS) 27
OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE STANDARD PLANS D-3.15 28
OR D-3.16” is revised to read; ”B” BRIDGE APPROACH SLAB OR MOMENT SLAB (SEE 29
CONTRACT PLANS) 30
Sheet 1, Typical Section, callout – “TYPICAL BARRIER ON BRIDGE APPROACH SLAB 31
(SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER ~ SEE 32
STANDARD PLANS D-3.15 OR D-3.16” is revised to read; “TYPICAL BARRIER ON BRIDGE 33
APPROACH SLAB OR MOMENT SLAB (SEE CONTRACT PLANS) 34
35
D-10.10 36
Note 7, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” 37
is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced 38
Concrete Retaining Wall Type 1 and 1SW”. 39
40
D-10.15 41
Note 7, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” 42
is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced 43
Concrete Retaining Wall Type 2 and 2SW”. 44
45
D-10.30 46
Wall Type 5 may be used in all cases. 47
48
D-10.35 49
Wall Type 6 may be used in all cases. 50
51
D-10.40 1
Note 5, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” 2
is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced 3
Concrete Retaining Wall Type 7”. 4
5
D-10.45 6
Note 5, “If Traffic Barriers are required, See Standard Plans D-15.10, D-15.20 and D-15.30” 7
is revised to read “Traffic Barriers shall not be structurally connected to the Reinforced 8
Concrete Retaining Wall Type 8”. 9
10
F-10.18 11
General Note 1; “Construct curb joints at concrete pavement transverse joint locations. If all 12
adjacent pavement is HMA, see Standard Plam F-30.10 for Curb Expansion and Contraction 13
Joint Spacing.” Is revised to read – “See Standard Plan F-30.10 and Standard Specification 14
Section 8-04.3 for Curb Expansion and Contraction Joint details and spacing.” 15
16
F-30.10 17
All five instances of the “2.0% MAX.” are replaced with “2.1% MAX.” 18
19
F-40.12 20
The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” 21
Note 7 is replaced with the following: 22
7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. 23
If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. 24
Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do 25
not include the abutting landing in the Curb Ramp length measurement. When a ramp is 26
constructed on a radius, the Curb Ramp length is measured on the inside radius along the 27
back of the walkway. 28
Section B is amended as follows: 29
Delete: “15’ – 0” MAX. (TYP.)” 30
Section C is amended as follows: 31
Delete: “15’ – 0” MAX. (TYP.)” 32
33
F-40.14 34
The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” 35
Note 7 is replaced with the following: 36
7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. 37
If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. 38
Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do 39
not include the abutting landing in the Curb Ramp length measurement. When a ramp is 40
constructed on a radius, the Curb Ramp length is measured on the inside radius along the 41
back of the walkway. 42
Section A is amended as follows: 43
Delete: “15’ – 0” MAX. (TYP.)” 44
Section C is amended as follows: 45
Delete: “15’ – 0” MAX. (TYP.)” 46
47
F-40.15 48
The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” 49
Note 7 is replaced with the following: 50
7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. 1
If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. 2
Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do 3
not include the abutting landing in the Curb Ramp length measurement. 4
Section A is amended as follows: 5
Delete: “15’ – 0” MAX. (TYP.)” 6
7
F-40.16 8
The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” 9
Note 8 is replaced with the following: 10
7. The running slope of curb ramps shall not exceed 8.3% maximum except as noted herein. 11
If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for details. 12
Use a single constant slope from bottom of ramp to top of ramp to match into the landing. Do 13
not include the abutting landing in the Curb Ramp length measurement. 14
Section A is amended as follows: 15
Delete: “15’ – 0” MAX. (TYP.)” 16
Section B is amended as follows: 17
Delete: “15’ – 0” MAX. (TYP.)” 18
19
F-80.10 20
The one instance of “2.0% MAX.” is replaced with “2.1% MAX.” 21
Note 6 is replaced with the following: 22
The running slope of the Pedestrian Ramp shall not exceed 8.3% maximum except as noted 23
herein. If the 8.3% running slope creates a ramp that exceeds 15ft, see contract plans for 24
details. Use a single constant slope from bottom of ramp to top of ramp to match into the 25
sidewalk. 26
Section A is amended as follows: 27
Delete: “15” Max.” 28
29
J-10.10 30
Sheet 4 of 6, “Foundation Size Reference Table”, PAD WIDTH column, Type 33xD=6’ – 3” is 31
revised to read: 7’ – 3”. Type 342LX / NEMA P44=5’ – 10” is revised to read: 6’ – 10” 32
Sheet 5 of 6, Plan View, “FOR EXAMPLE PAD SHOWN HERE:, “first bullet” item, “-SPACE 33
BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6” (IN)” IS REVISED TO READ: 34
“SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL) AND 33x 35
CABINET IS 6” (IN) (CHANNEL STEEL ADDS ABOUT 5” (IN)” 36
37
J-10.16 38
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 39
40
J-10.17 41
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 42
43
J-10.18 44
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 45
46
J-20.10 47
DELETED 48
49
J-20.11 50
DELETED 51
1
J-20.26 2
Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton 3
post.” 4
Add General Note 2, to read: “Signs shown are for locations with pedestrian signal displays 5
(Accessible Pedestrian Signals/APS). Accessible information device (AID) pushbuttons 6
signs not shown.” 7
Revise View Titles (Both Sheets) to read: “ACCESSIBLE PEDESTRIAN PUSHBUTTON 8
ASSEMBLY” 9
10
J-20.16 11
View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE 12
13
J-21.10 14
Sheet 1, Anchor Bolt Template, callout; “9” (IN) BOLT CIRCLE” is revised to read: “9” (IN) 15
DIA.BOLT CIRCLE” 16
Base Plate Detail, callout; “3/4” (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/6” (IN)” 17
IS REVISED TO READ; “3/4” (IN) STEEL PLATE WITH HOLE = POLE BASE + 1/16” (IN)” 18
Flat Foundation Detail – Elevation, callout; “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL 19
THREAD ~ THREE REQ’D. PER ASSEMBLY” is revised to read; “ANCHOR BOLTS ~ ¾” 20
(IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER ASSEMBLY” 21
Flat Foundation Detail – Elevation, dimension; 4’ – 0” is revised to read; “4’ – 0” ROUND OR 22
3’ – 0” SQUARE” 23
24
J-21.15 25
Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE 26
~ 1 ½” (IN) DIAM. 27
28
J-28.30 29
General Note 13 – “See Standard Plans C-8b and C-85.14 for steel light standards on traffic 30
barrier” is revised to read; “See Standard Plan C-85.15 for steel light standards on traffic 31
barrier.” 32
33
J-40.10 34
Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT 35
WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S. 36
FLAT WASHER” 37
38
J-40.36 39
Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised 40
to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) 41
for the cover. 42
43
J-40.37 44
Note 1, second sentence; ”Finish shall be # 2B for backbox and # 4 for the cover.” Is revised 45
to read; ”Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) 46
for the cover. 47
48
J-75.20 49
Key Notes, note 16, second bullet point, was: “1/2” (IN) x 0.45” (IN) Stainless Steel Bands”, 50
add the following to the end of the note: “Alternate: Stainless steel cable with stainless steel 51
ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated 1
hardware.” 2
3
J-75.55 4
Notes, Note A1, Revise reference, was – G-90.29, should be – G-90.20. 5
6
L-5.10 7
Add new general Note 9 on sheet 1 – “9. The top of wall in Section A on Sheet 1 shall be 8
located as follows: 1) flush with the finished grade when placed within the deflection distance 9
of the long span guardrail system (Std. Plan C-20.40), 2) Two inches maximum above 10
finished grade when placed behind a box culvert guardrail steel post system (Std. Plan C-11
20.41 or C-20.43), 3) Six inches minimum for all other applications. The bottom rail shall be 12
located at mid height between the top rail and the top of structure.” 13
14
M-20.30 15
Wide Dotted Lane Line Detail, reference below title, (SEE NOTE 6) is revised to read: (SEE 16
NOTE 5) 17
18
M-40.10 19
Guide Post Type ~ Reflective Sheeting Applications Table, remove reference - “(SEE NOTE 20
5)” 21
22
The following are the Standard Plan numbers applicable at the time this project was 23
advertised. The date shown with each plan number is the publication approval date shown 24
in the lower right-hand corner of that plan. Standard Plans showing different dates shall not 25
be used in this contract. 26
27
A-10.10-00 ......... 8/7/07 A-30.35-00 ..... 10/12/07 A-50.10-02 ....... 7/18/24
A-10.20-00 ....... 10/5/07 A-40.00-01 ......... 7/6/22 A-50.40-01 ....... 8/17/21
A-10.30-00 ....... 10/5/07 A-40.10-04 ....... 7/31/19 A-60.10-03 ..... 12/23/14
A-20.10-00 ....... 8/31/07 A-40.15-00 ....... 8/11/09 A-60.20-03 ..... 12/23/14
A-30.10-00 ....... 11/8/07 A-40.20-04 ....... 1/18/17 A-60.30-01 ....... 6/28/18
A-30.30-01 ....... 6/16/11 A-40.50-03 ...... 9/12/23 A-60.40-00 ....... 8/31/07
28
B-5.20-03 ........... 9/9/20 B-30.50-03 ....... 2/27/18 B-75.20-03 ........ 8/17/21
B-5.40-02 ......... 1/26/17 B-30.60-00 ......... 9/9/20 B-75.50-02 ........ 3/15/22
B-5.60-02 ......... 1/26/17 B-30.40-03 ....... 2/27/18 B-70.60-01 ........ 1/26/17
B-10.20-03 ....... 8/23/23 B-30.70-04 ....... 2/27/18 B-75.60-00 .......... 6/8/06
B-10.40-02 ....... 8/17/21 B-30.80-01 ....... 2/27/18 B-80.20-00 .......... 6/8/06
B-10.70-03 ....... 8/23/23 B-30.90-02 ....... 1/26/17 B-80.40-00 .......... 6/1/06
B-15.20-01 ......... 2/7/12 B-35.20-00 ......... 6/8/06 B-85.10-01 ........ 6/10/08
B-15.40-01 ......... 2/7/12 B-35.40-01 ....... 8/23/23 B-85.20-00 .......... 6/1/06
B-15.60-02 ....... 1/26/17 B-40.20-00 ......... 6/1/06 B-85.30-00 .......... 6/1/06
B-20.20-02 ....... 3/16/12 B-40.40-02 ....... 1/26/17 B-85.40-00 .......... 6/8/06
B-20.40-04 ....... 2/27/18 B-45.20-01 ........ 7/11/17 B-85.50-01 ........ 6/10/08
B-20.60-03 ....... 3/15/12 B-45.40-01 ....... 7/21/17 B-90.10-00 .......... 6/8/06
B-25.20-02 ....... 2/27/18 B-50.20-00 ......... 6/1/06 B-90.20-00 .......... 6/8/06
B-25.60-03 ....... 8/23/23 B-55.20-03 ....... 8/17/21 B-90.30-00 .......... 6/8/06
B-30.05-00 ......... 9/9/20 B-60.20-02 ......... 9/9/20 B-90.40-01 ........ 1/26/17
B-30.10-03 ....... 2/27/18 B-60.40-01 ....... 2/27/18 B-90.50-00 .......... 6/8/06
B-30.15-00 ....... 2/27/18 B-65.20-01 ....... 4/26/12 B-95.20-02 ........ 8/17/21
B-30.20-04 ....... 2/27/18 B-65.40-00 ......... 6/1/06 B-95.40-01 ........ 6/28/18
B-30.30-03 ....... 2/27/18 B-70.20-01 ....... 3/15/22
1
C-1 ..................... 9/8/22 C-23.70-01 ......10/16/23 C-70.10-04 ..... 10/16/23
C-1b ............... 10/12/23 C.24.10-05 ....... 7/21/24 C-70.15-01 ....... 7/21/24
C-1d ............... 10/31/03 C-24.15-00 ....... 3/15/22 C-75.10-02 ....... 9/16/20
C-6a ................... 9/8/22 C-25.20-07 ....... 8/20/21 C-75.20-03 ....... 8/20/21
C-7 ..................... 9/8/22 C-25.22-06 ....... 8/20/21 C-75.30-03 ....... 8/20/21
C-7a ................... 9/8/22 C-25.26-05 ....... 8/20/21 C-80.10-03 ..... 10/16/23
C-20.10-09 ..... 10/12/23 C-25.30-01 ....... 8/20/21 C-80.20-01 ....... 6/11/14
C-20.14-05 ......... 9/8/22 C-25.32-00 ....... 7/29/24 C-80.30-02 ....... 8/20/21
C-20.15-03 ..... 10/12/23 C-25.80-05 ....... 8/12/19 C-80.40-01 ....... 6/11/14
C-20.18-04 ......... 9/8/22 C-60.10-04 ....... 7/21/24 C-85.10-00 ......... 4/8/12
C-20.40-10 ..... 10/12/23 C-60.15-01 ....... 7/21/24 C-85.11-01 ........ 9/16/20
C-20.41-05 ....... 7/18/24 C-60.20-01 ......... 9/8/22 C-85.15-03 ..... 10/17/23
C-20.43-01 ....... 7/18/24 C-60.30-02 ....... 7/21/24 C-85-18-03 ......... 9/8/22
C-20.44-00 ....... 8/13/24 C-60.40-01 ....... 7/21/24 C-81.10-00 ....... 9/12/23
C-20.45-03 ......... 9/8/22 C-60.45-01 ....... 7/21/24 C-81.15-00 ....... 9/12/23
C-20.55-00 ....... 7/30/24 C-60.50-01 ....... 7/21/24
C-22.16-08 ..... 10/17/23 C-60.60-01 ....... 7/21/24
C-22.40-11 ....... 7/21/24 C-60.70-01 ......... 9/8/22
C-22.45-07 ....... 7/21/24 C-60.80-02 ....... 7/21/24
2
D-2.36-03 ......... 6/11/14 D-3.11-03 .......... 6/11/14 D-10.25-01 ......... 8/7/19
D-2.46-02 ......... 8/13/21 D-4 .................. 12/11/98 D-10.30-00 ......... 7/8/08
D-2.84-00 ....... 11/10/05 D-6 ................... 6/19/98 D-10.35-00 ......... 7/8/08
D-2.92-01 ......... 4/26/22 D-10.10-01 ....... 12/2/08 D-10.40-01 ....... 12/2/08
D-3.09-00 ......... 5/17/12 D-10.15-01 ....... 12/2/08 D-10.45-01 ....... 12/2/08
D-3.10-01 ......... 5/29/13 D-10.20-01 ......... 8/7/19 D-20.10-00 ....... 10/9/23
3
E-1 ................... 2/21/07 E-4 ................... 8/27/03 E-20.10-00 ........ 9/12/23
E-2 ................... 5/29/98 E-4a ................. 8/27/03 E-20.20-00 ........ 10/4/23
4
F-10.12-04 ....... 9/24/20 F-10.62-02 ....... 4/22/14 F-40.15-04 ........ 9/25/20
F-10.16-00 ..... 12/20/06 F-10.64-03 ....... 4/22/14 F-40.16-03 ........ 6/29/16
F-10.18-04 ....... 6/28/24 F-30.10-04 ....... 9/25/20 F-45.10-05 .......... 6/4/24
F-10.40-04 ....... 9/24/20 F-40.12-03 ....... 6/29/16 F-80.10-04 ........ 7/15/16
F-10.42-00 ....... 1/23/07 F-40.14-03 ....... 6/29/16
5
G-10.10-00 ....... 9/20/07 G-24.50-05 ........ 8/7/19 G-90.10-03 ....... 7/11/17
G-20.10-03 ....... 8/20/21 G-24.60-05 ...... 6/28/18 G-90.20-05 ....... 7/11/17
G-22.10-04 ....... 6/28/18 G-25.10-05 ...... 9/16/20 G-90.30-04 ....... 7/11/17
G-24.10-00 ....... 11/8/07 G-26.10-00 ...... 7/31/19 G-95.10-02 ....... 6/28/18
G-24.20-01 ......... 2/7/12 G-30.10-04 ...... 6/23/15 G-95.20-03 ....... 6/28/18
G-24.30-02 ....... 6/28/18 G-50.10-03 ...... 6/28/18 G-95.30-03 ....... 6/28/18
G-24.40-07 ....... 6/28/18
6
H-10.10-01 ......... 6/2/24 H-30.10-00 ......10/12/07 H-70.10-02 ....... 8/17/21
H-10.11-00 ......... 6/2/24 H-32.10-00 ....... 9/20/07 H-70.20-02 ....... 8/17/21
H-10.15-01 ......... 6/2/24 H-60.10-01 ......... 7/3/08
H-10.16-00 ......... 6/2/24 H-60.20-01 ......... 7/3/08
1
I-10.10-01 ......... 8/11/09 I-30.20-00 ........ 9/20/07 I-40.20-00 ......... 9/20/07
I-30.10-02 ......... 3/22/13 I-30.30-02 ........ 6/12/19 I-50.20-02 ........... 7/6/22
I-30.15-02 ......... 3/22/13 I-30.40-02 ........ 6/12/19 I-60.10-01 ......... 6/10/13
I-30.16-01 ......... 7/11/19 I-30.60-02 ........ 6/12/19 I-60.20-01 ......... 6/10/13
I-30.17-01 ......... 6/12/19 I-40.10-00 ........ 9/20/07 I-80.10-02 ......... 7/15/16
2
J-05.50-00 ........ 8/30/22 J-26.10-03 ....... 7/21/16 J-50.05-00 ........ 7/21/17
J-10 .................. 7/18/97 J-26.15-01 ....... 5/17/12 J-50.10-01 ....... .7/31/19
J-10.10-04 ........ 9/16/20 J-26.20-01 ....... 6/28/18 J-50.11-02 ......... 7/31/19
J-10.12-00 ........ 9/16/20 J-27.10-01 ....... 7/21/16 J-50.12-02 .......... 8/7/19
J-10.14-00 ........ 9/16/20 J-27.15-00 ....... 3/15/12 J-50.13-01 ........ 8/30/22
J-10.15-01 ........ 6/11/14 J-28.01-00 ....... 8/30/22 J-50.15-01 ........ 7/21/17
J-10.16-02 ........ 8/18/21 J-28.10-02 ......... 8/7/19 J-50.16-01 ........ 3/22/13
J-10.17-02 ........ 8/18/21 J-28.22-00 ....... 8/07/07 J-50.18-00 .......... 8/7/19
J-10.18-02 ........ 8/18/21 J-28.24-02 ....... 9/16/20 J-50.19-00 .......... 8/7/19
J-10.20-04 ........ 8/18/21 J-28.26-01 ......12/02/08 J-50.20-00 .......... 6/3/11
J-10.21-02 ........ 8/18/21 J-28.30-04 ....... 6/18/24 J-50.25-00 .......... 6/3/11
J-10.22-03 ........ 10/4/23 J-28.40-02 ........ 6/11/14 J-50.30-00 .......... 6/3/11
J-10.25-01 ........ 6/21/24 J-28.42-01 ........ 6/11/14 J-60.05-01 ........ 7/21/16
J-10.26-00 ....... .8/30/22 J-28.43-01 ....... 6/28/18 J-60.11-00 ......... 5/20/13
J-12.15-00 ........ 6/28/18 J-28.45-03 ....... 7/21/16 J-60.12-00 ........ 5/20/13
J-12.16-00 ........ 6/28/18 J-28.50-03 ....... 7/21/16 J-60.13-00 ........ 6/16/10
J-15.10-01 ........ 6/11/14 J-28.60-03 ....... 8/27/21 J-60.14-01 ........ 7/31/19
J-15.15-02 ........ 7/10/15 J-28.70-04 ....... 8/30/22 J-75.10-02 ........ 7/10/15
J-20.01-01 ....... .6/21/24 J-29.10-02 ....... 8/26/22 J-75.20-01 ........ 7/10/15
J-20.05-00 ........ 6/21/24 J-29.15-01 ....... 7/21/16 J-75.30-02 ........ 7/10/15
J-20.10-05 ........ 10/4/23 J-29.16-02 ....... 7/21/16 J-75.50-00 ........ 8/30/22
J-20.11-03 ........ 7/31/19 J-30.10-01 ....... 8/26/22 J-75.55-00 ........ 8/30/22
J-20.15-04 ........ 6/21/24 J-40.01-00 ....... 8/30/22 J-80.05-00 ........ 8/30/22
J-20.16-02 ........ 6/30/14 J-40.05-00 ....... 7/21/16 J-80.10-01 ........ 8/18/21
J-20.20-02 ........ 5/20/13 J-40.10-04 ....... 4/28/16 J-80.12-00 ........ 8/18/21
J-20.26-01 ........ 7/12/12 J-40.20-03 ....... 4/28/16 J-80.15-00 ........ 6/28/18
J-21.10-05 ........ 6/21/24 J-40.30-04 ....... 4/28/16 J-81.10-02 ........ 8/18/21
J-21.15-01 ........ 6/10/13 J-40.35-01 ....... 5/29/13 J-81.12-00 .......... 9/3/21
J-21.16-02 ........ 6/21/24 J-40.36-02 ....... 7/21/17 J-84.05-00 ........ 8/30/22
J-21.17-01 ........ 6/10/13 J-40.37-02 ....... 7/21/17 J-86.10-00 ........ 6/28/18
J-21.20-01 ........ 6/10/13 J-40.38-01 ....... 5/20/13 J-90.10-03 ........ 6/28/18
J-22.15-03 ........ 6/21/24 J-40.39-00 ....... 5/20/13 J-90.20-03 ........ 6/28/18
J-22.16-03 ........ 7/10/15 J-40.40-02 ....... 7/31/19 J-90.21-02 ........ 6/28/18
J-22.17-00 ........ 6/21/24 J-45.36-00 ....... 7/21/17 J-90.50-00 ........ 6/28/18
3
K-70.20-01 ......... 6/1/16 K-80.32-00 ....... 8/17/21 K-80.35-01 ........ 9/16/20
K-80.10-02 ....... 9/25/20 K-80.34-00 ....... 8/17/21 K-80.37-01 ........ 9/16/20
4
L-5.10-02 ............ 6/5/24 L-20.10-03 ....... 7/14/15 L-40.20-02 ........ 6/21/12
L-5.15-00 .......... 9/19/22 L-30.10-02 ........ 6/11/14 L-70.10-01 ........ 5/21/08
L-10.10-02 ........ 6/21/12 L-40.15-01 ........ 6/16/11 L-70.20-01 ........ 5/21/08
5
M-1.20-04 ......... 9/25/20 M-9.60-00 ........ 2/10/09 M-24.66-00 ....... 7/11/17
M-1.40-03 ......... 9/25/20 M-11.10-04......... 8/2/22 M-40.10-04 ..... 10/17/23
M-1.60-03 ......... 9/25/20 M-12.10-04 ...... 6/28/24 M-40.20-00 ..... 10/12/07
M-1.80-03 ........... 6/3/11 M-15.10-02 ...... 7/17/23 M-40.30-01 ....... 7/11/17
M-2.20-03 ......... 7/10/15 M-17.10-02 ........ 7/3/08 M-40.40-00 ....... 9/20/07
M-2.21-00 ......... 7/10/15 M-20.10-04 ........ 8/2/22 M-40.50-00 ....... 9/20/07
M-3.10-04 ......... 9/25/20 M-20.20-02 ...... 4/20/15 M-40.60-00 ....... 9/20/07
M-3.20-04 ........... 8/2/22 M-20.30-05 ...... 6/28/24 M-60.10-01 ......... 6/3/11
M-3.30-04 ......... 9/25/20 M-20.40-03 ...... 6/24/14 M-60.20-03 ....... 8/17/21
M-3.40-04 ......... 9/25/20 M-20.50-02 ......... 6/3/11 M-65.10-03 ....... 8/17/21
M-3.50-03 ......... 9/25/20 M-24.20-02 ...... 4/20/15 M-80.10-01 ......... 6/3/11
M-5.10-03 ......... 9/25/20 M-24.40-02 ...... 4/20/15 M-80.20-00 ....... 6/10/08
M-7.50-01 ......... 1/30/07 M-24.60-04 ...... 6/24/14 M-80.30-00 ....... 6/10/08
M-9.50-02 ......... 6/24/14 M-24.65-00 ....... 7/11/17
1
(this page intentionally left blank)
APPENDIX C – GEOTECHNICAL REPORT
May 9, 2025
HWA Project No. 2025-018-21
SCJ Alliance
8730 Tallon Lane NE, Suite 200
Lacey, Washington 98516
Attention: George Hilen, P.E.
Subject: Pavement Engineering Report
116th Avenue SE Sidewalk Project
Renton, Washington
Mr. Hilen,
In accordance with your request, HWA GeoSciences, Inc. (HWA) completed a pavement
engineering investigation in support of the 116th Avenue SE Sidewalk project in Renton,
Washington. The purpose of our investigation was to assess pavement layer thicknesses and
shallow subgrade support conditions along the southbound lane of 116th Avenue SE, between SE
160th Street and SE 162nd Street, to develop pavement rehabilitation recommendations.
PROJECT DESCRIPTION
We understand that as part of the sidewalk improvement project, the City plans to rehabilitate the
southbound lane of 116th Ave SE between SE 160th Street and SE 162nd Street. The location of
the project alignment is shown in Figure 1, Site and Vicinity Map, and Figure 2, Site and
Exploration Plan.
SITE CONDITIONS
116th Avenue SE is a north-south trending minor arterial with one travel lane in each direction.
The project alignment is relatively flat with less than about 2 feet of elevation change along the
roadway alignment between SE 160th Street and SE 162nd Street. The east side of the roadway is
bordered by a landscaping strip, sidewalk, and Cascade Elementary School. The west side of the
roadway is bordered by a drainage ditch, residential properties, and religious properties.
Pavement along the alignment consists of Hot Mix Asphalt (HMA) that exhibits medium severity
longitudinal and transverse cracking.
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 2 HWA GEOSCIENCES INC.
GEOLOGY
Geologic information for the project area was obtained from the Geologic Map of the Renton
Quadrangle, King County, Washington (Mullineaux, D.R., 1965). According to the map, the
project alignment is underlain by ground moraine deposits generally consisting of a thin ablation
till layer over very dense lodgment till deposited by the Puget glacial lobe. Lodgment till is
generally composed of an unsorted mixture of sand, silt, clay, and gravel. The material was
deposited directly by the ice as it advanced over and eroded older formations and sediments. The
hard lodgment till is often referred to locally as “hardpan”. The ablation till is of similar
composition, but less compact and coherent.
PAVEMENT CORES
Pavement layer thicknesses and shallow subgrade support conditions were investigated in three,
6-inch diameter pavement cores, designated Core-1 through Core-3. The cores were completed
on March 25, 2025, at locations selected by HWA personnel. The approximate locations of the
pavement cores are indicated in Figure 2, Site and Exploration Plan.
Pavement coring and subsurface explorations through each core hole were performed by two
geologists from HWA. The HMA at core locations was comprised of 4 to 5 lifts, with each lift
between approximately 1 to 2 inches thick. Shallow subsurface explorations were performed
below each pavement core using hand augers and hand digging tools to depths of 1.6 to 1.9 feet
below pavement surface. Below the HMA, our excavations encountered granular fill to the
maximum depths explored, consisting of gravel with variable amounts of silt and sand, or silty
sand with variable amounts of gravel. Some wood debris was observed in the silty sand fill in
Core-2. All core holes were backfilled with compacted granular soils and patched with
Aquaphalt. Table 1 summarizes the pavement structures encountered at our core locations.
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 3 HWA GEOSCIENCES INC.
Table 1. Thickness of Pavement Layers
GEOTECHNICAL LABORATORY TESTING
Laboratory tests were conducted on selected samples obtained from our pavement cores to
characterize relevant engineering and index parameters of the subgrade soils encountered at our
pavement core locations. The tests included visual classifications, determination of natural
moisture contents, and grain size distribution analysis. All tests were conducted in the HWA
laboratory in general accordance with appropriate American Society for Testing and Materials
(ASTM) standards. A brief description of laboratory test methodology is presented in Appendix
B. The test results are presented in Appendix B and displayed on the boring logs in Appendix A,
as appropriate.
CONCLUSIONS AND RECOMMENDATIONS
GENERAL
We understand that as part of the 116th Avenue SE Sidewalk project, the City of Renton proposes
to rehabilitate the existing pavement in the southbound lane between SE 160th Street and SE
162nd Street. Our pavement cores encountered HMA thicknesses of 6.75 to 9 inches. In
pavement cores performed over cracking, the cracking was top down, and the depths of cracking
varied from 1.5 to 2 inches and confined to the upper lift of HMA. Crushed aggregate base was
not observed below the pavement in any of the cores; however, the pavement appears to be
supported on granular fill that is generally well compacted. Recommendations for new
pavement design and rehabilitation of the existing pavement are provided below.
Designation Location
HMA
Thickness
(in.)
Depth of
Cracking
(in.)
Crushed
Base
Thickness
(in.)
Core-1 See Figure 2,
Southbound Lane 9 1.5 -
Core-2 See Figure 2,
Southbound Lane 6.75 None -
Core-3 See Figure 2,
Southbound Lane 7 2 -
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 4 HWA GEOSCIENCES INC.
DESIGN TRAFFIC
Based on correspondence with the design team, we understand 116th Avenue SE is considered a
minor arterial and a Washington State Department of Transportation (WSDOT) Class T3 truck
route. WSDOT defines a T3 route as a route carrying between 300,000 and 4 million tons of
gross truck tonnage per year. The City provided traffic counts for this section of roadway
consisting of 6,684 vehicles per day for the northbound direction, and 6,280 vehicles per day for
the southbound direction. As we understand, this project is improving the southbound lane only,
we used the traffic counts in the southbound direction.
We used a one-way average daily traffic (ADT) of 6,300 vehicles for design of new pavement.
The provided traffic counts did not include Federal Highway Administration (FHWA) vehicle
classification data. We assumed 5 percent of the total traffic consists of heavy vehicles. We
assumed an Equivalent Single Axial Load (ESAL) of 1.0 per heavy vehicle and 0.0008 ESAL for
all other vehicles. Based on these assumptions, we calculate a daily ESAL value of 320. Using a
design life of 20 years, and assuming an annual growth rate of 2 percent, we calculate a design
ESAL value of 2,836,053. A value of 2,840,000 was used for design.
HMA PAVEMENT DESIGN
For pavement design, a subgrade resilient modulus of 14 ksi was used based on the results of our
subsurface explorations. Table 2 provides our HMA design recommendations for a 20-year
pavement design life, assuming the traffic loading input described above. The pavement design
is based on the design method given in the 1993 AASHTO Design Guide (AASHTO, 1993)
using the following parameters:
· Reliability = 90%
· Initial Serviceability = 4.5
· Terminal Serviceability = 3.0
· Overall Standard Deviation = 0.5
This results in a required AASHTO Structural Number (SN) of 3.5
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 5 HWA GEOSCIENCES INC.
Table 2. Structure Requirements for New HMA Pavement – 20-Year Design Life
Material Description
Minimum Layer
Thickness
(inches)
WSDOT Standard
Specification
HMA 7 5-04 & 9-02.1
CSBC 4 9-03.9(3)
If a new full depth pavement section is used, we recommend that the asphaltic layers consist of
HMA Class ½-inch. Recommendations for subgrade preparation and structural fill placement
and compaction are provided below.
HMA OVERLAY RECOMMENDATIONS
At our pavement core locations, the existing HMA varied from about 6.75 to 9 inches thick. Two
of the cores (Core-1 and Core-3) were performed on existing surface cracks. At the core
locations, the pavement cracks were observed to only extend through the top lift of HMA. The
existing pavement layer thickness at Core-1 is adequate to provide the required structural number
for the new design after the grind and overlay. The pavement section in Core-2 and Core-3 is
very close to our design pavement section, and we anticipate that it will be adequate for
rehabilitation consisting of a grind and overlay.
For pavement rehabilitation, we recommend that 2 inches be ground from the existing surface
and a new 2-inch thick HMA overlay be constructed. We recommend the use of fiber reinforced
HMA be considered to improve the pavement strength to account for the slightly reduced
structural number, compared to the new pavement design, and to minimize the extent and
severity of any reflective cracking from the HMA below.
HMA DESIGN CONSIDERATIONS
The following design considerations should be noted and implemented:
· The longitudinal joints in the HMA wearing course should coincide with a lane line or an
edge line.
· The pavement will likely require a functional overlay after about 17 years because of non-
structural associated distresses.
· HMA pavements are susceptible to shoving and rutting from heavy vehicles, such as buses
and heavy delivery trucks, particularly at intersections. In these areas, more frequent
maintenance and even premature reconstruction of the pavement may be required.
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 6 HWA GEOSCIENCES INC.
HMA BINDER SELECTION
The selection of the optimum asphalt binder type for the climate is critical to ensure long-term
pavement performance. Use of the wrong binder can result in low temperature cracking or
permanent deformation at high temperatures. Based on the climate in Western Washington and
traffic loading, we recommend Superpave Performance Grade binder PG 58H-22 be used.
PLACEMENT OF HMA
Placement of HMA should be in accordance with Section 5-04 of the WSDOT Standard
Specifications (WSDOT, 2025). Particular attention should be paid to the following:
· HMA should not be placed until the engineer has accepted the previously constructed
pavement layers.
· HMA should not be placed on any frozen or wet surface.
· HMA should not be placed when precipitation is anticipated before the pavement can be
compacted, or before any other weather conditions which could prevent proper handling
and compacting of HMA.
· HMA should not be placed when the average surface temperatures are less than 45° F.
· HMA temperature behind the paver should be in excess of 240° F. Compaction should be
completed before the mix temperature drops below 180° F. Comprehensive temperature
records should be kept during the HMA placement.
· Sufficient tack coat must be applied uniformly and allowed to break and set before
placing HMA above an existing HMA layer in order to create a strong bond between
layers. The surface of the pavement should be thoroughly cleaned prior to tack coat
application. Improper tack coat application can cause unbonded layers and will lead to
premature pavement distress/failure.
· For cold joints, tack coat should be applied to the edge to be joined and the paver screed
should be set to overlap the first mat by 1 to 2 inches.
PAVEMENT DRAINAGE
It is essential to the satisfactory performance of the pavement that good drainage is provided to
prevent water ponding alongside the pavement. Water ponding can cause saturation of the
pavement and subgrade layers and can lead to premature failure. The base layers should be
graded to prevent water being trapped within the layer. The surface of the pavement should be
sloped to convey water from the pavement to appropriate storm drainage facilities.
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 7 HWA GEOSCIENCES INC.
SUBGRADE PREPARATION
For any areas of new pavement construction, the exposed subgrade soils should be evaluated to
assess their suitability for support of the improvements. After thorough compaction of the
subgrade, areas accessible to fully-loaded dump trucks, or similar heavy, wheeled equipment,
should be proof-rolled prior to placement of structural fill. Any areas exhibiting pumping or
heaving should be delineated and over-excavated to reach competent soils, as determined by the
geotechnical engineer. Areas inaccessible to large equipment should be evaluated by the
geotechnical engineer using a T-handle probe, or other suitable method. Areas found to be
soft/loose, or unsuitable, should be over-excavated to reach competent soils.
STRUCTURAL FILL MATERIALS AND COMPACTION
Any material used to support new pavement, should consist of Crushed Surfacing Base Course
(CSBC) as specified in Section 9-03.9(3) of the Standard Specifications (WSDOT, 2024).
Structural fill used to raise site grades, or backfill utility trench excavations, should consist of
granular materials such as Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the
Standard Specifications (WSDOT, 2024).
Structural fill soils should be moisture conditioned, placed in loose horizontal lifts less than 8-
inches thick, and compacted to at least 95% of the maximum dry density as determined using test
method ASTM D1557 (modified Proctor). Achievement of proper density of a compacted fill
depends on the size and type of compaction equipment, the number of passes, thickness of the
layer being compacted and soil moisture-density properties. In areas where limited space restricts
the use of heavy equipment, smaller equipment can be used, but the soil must be placed in thin
enough layers to achieve the required relative compaction. Generally, loosely compacted soils
result from poor construction technique and/or improper moisture content. Soils with high fines
contents are particularly susceptible to becoming too wet, and coarse-grained materials easily
become too dry for proper compaction.
CONDITIONS AND LIMITATIONS
We have prepared this report for SCJ Alliance and the City of Renton for use in design of this
project. Experience shows that soil and groundwater conditions can vary significantly over small
distances. Inconsistent conditions may occur between explorations that may not be detected by a
geotechnical study of this nature.
Within the limitations of scope, schedule and budget, HWA attempted to execute these services
in accordance with generally accepted professional principles and practices in the fields of
geotechnical and pavement engineering at the time the report was prepared. No warranty,
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 8 HWA GEOSCIENCES INC.
express or implied, is made. The scope of our work did not include environmental assessments
or evaluations regarding the presence or absence of wetlands or hazardous or toxic substances in
the soil, surface water, or ground water at this site.
We appreciate the opportunity to provide geotechnical and pavement engineering services on this
project. If you have any questions regarding this report or require additional information or
services, please contact the undersigned at your convenience.
Sincerely,
HWA GEOSCIENCES INC.
Joe Westergreen, P.E. Bryan Hawkins, P.E.
Geotechnical Engineer Senior Geotechnical Engineer
LIST OF FIGURES
Figure 1 Site and Vicinity Map
Figure 2 Site and Exploration Plan
APPENDICES
Appendix A: Field Exploration
Figure A-1 Legend of Terms and Symbols Used on Exploration Logs
Figures A-2 - A-4 Pavement Core Logs
5/9/2025
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 9 HWA GEOSCIENCES INC.
Appendix B: Laboratory Testing
Figure B-1 Summary of Material Properties
Figures B-2 & B-3 Particle-Size Analysis of Soils
May 9, 2025
HWA Project No. 2025-018-21
2025-018-21 Final Report 10 HWA GEOSCIENCES INC.
REFERENCES
Mullineaux, D.R., 1965, Geologic Map of the Renton Quadrangle, King County,
Washington, U.S. Geological Survey Misc. Field Studies Map MF-1543.
WSDOT, 2025, Standard Specifications for Road, Bridge, and Municipal Construction, 2025
Washington State Department of Transportation. M 41-10.
© 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS © 2025 TomTom
© 2025 Microsoft Corporation © 2025 TomTom
CF
2025-018-21
SITE AND VICINITY MAP
116TH AVE SE
SIDEWALK PROJECT
RENTON, WASHINGTON
0 200'400'600'800'
SCALE: 1" = 400'
VICINITY MAP
SITE MAP
0 1000'2000'3000'4000'
SCALE: 1" = 2000'
SITE
JTW
1
DRAWN BY:
PROJECT #
C:\USERS\CFRY\DESKTOP\2025-018-21 RENTON 116TH AVE SE IMPROVEMENTS\2025-018-21 RENTON 116TH AVE SE IMPROVEMENTS.DWG <1> Plotted: 3/6/2025 10:59 AM
CHECK BY:
FIGURE NO.:
DBE/MWBE
© 2025 Microsoft Corporation © 2025 Maxar ©CNES (2025) Distribution Airbus DS
SITE AND
EXPLORATION PLAN
2025-018-21
116TH AVE SE
SIDEWALK PROJECT
RENTON, WASHINGTON
BASE MAP PROVIDED BY: BING
0 25 50 75 100
SCALE: 1" = 50'
116TH AVE SE
Scale: 1" = 50'-0"
116TH AVE SE
EXPLORATION LEGEND
CORE-1 PAVEMENT CORE DESIGNATION AND APPROXIMATE LOCATION (HWA, 2025)
SE
1
6
2
N
D
S
T
JTW
CF
FIGURE NO.:
PROJECT NO.:
DRAWN BY:
CHECK BY:
C:\USERS\CFRY\DESKTOP\2025-018-21 RENTON 116TH AVE SE IMPROVEMENTS\2025-018-21 RENTON 116TH AVE SE IMPROVEMENTS.DWG <2> Plotted: 4/1/2025 9:54 AM
2
DBE/MWBE
AERIAL IMAGERY REFERENCE IS APPROXIMATE AND MAY APPEAR OFFSET FROM SURVEYED DATA AND BASEMAPS.
SE
1
6
0
T
H
P
L
SE
1
6
0
T
H
S
T
CORE-3 CORE-2 CORE-1
APPENDIX A
FIELD EXPLORATIONS
A-12025-018
116th Ave SE
Sidewalk Project
Renton, Washington
SYMBOLS USED ON
EXPLORATION LOGS
LEGEND OF TERMS AND
Clean Gravel
(little or no fines)
More than
50% of Coarse
Fraction Retained
on No. 4 Sieve
Gravel with
SM
SC
ML
MH
CH
OH
RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE
Very Loose
Loose
Medium Dense
Very Dense
Dense
N (blows/ft)
0 to 4
4 to 10
10 to 30
30 to 50
over 50
Approximate
Relative Density(%)
0 - 15
15 - 35
35 - 65
65 - 85
85 - 100
COHESIVE SOILS
Consistency
Very Soft
Soft
Medium Stiff
Stiff
Very Stiff
Hard
N (blows/ft)
0 to 2
2 to 4
4 to 8
8 to 15
15 to 30
over 30
Approximate
Undrained Shear
Strength (psf)
<250
250 -
No. 4 Sieve
Sand with
Fines (appreciable
amount of fines)
amount of fines)
More than
50% Retained
on No.
200 Sieve
Size
Sand and
Sandy Soils
Clean Sand
(little or no fines)
50% or More
of Coarse
Fraction Passing
Fine
Grained
Soils
Silt
and
Clay
Liquid Limit
Less than 50%
50% or More
Passing
No. 200 Sieve
Size
Silt
and
Clay
Liquid Limit
50% or More
500
500 - 1000
1000 - 2000
2000 - 4000
>4000
DensityDensity
USCS SOIL CLASSIFICATION SYSTEM
Coarse
Grained
Soils
Gravel and
Gravelly Soils
Highly Organic Soils
GROUP DESCRIPTIONS
Well-graded GRAVEL
Poorly-graded GRAVEL
Silty GRAVEL
Clayey GRAVEL
Well-graded SAND
Poorly-graded SAND
Silty SAND
Clayey SAND
SILT
Lean CLAY
Organic SILT/Organic CLAY
Elastic SILT
Fat CLAY
Organic SILT/Organic CLAY
PEAT
MAJOR DIVISIONS
GW
SP
CL
OL
PT
GP
GM
GC
SW
COHESIONLESS SOILS
Fines (appreciable
PROJECT NO.:FIGURE:
LEGEND 2025-018.GPJ 4/8/25
Library: Q:\LIBRARY\LIBRARY - BOTHELL BACKUP BACKUP.GLB
Coarse sand
Medium sand
SIZE RANGE
Larger than 12 in
Smaller than No. 200 (0.074mm)
Gravel
3 in to 12 in
3 in to No 4 (4.5mm)
No. 4 (4.5 mm) to No. 200 (0.074 mm)
COMPONENT
DRY Absence of moisture, dusty,
dry to the touch.
MOIST
COMPONENT DEFINITIONS
time of drilling)
Groundwater Level (measured in well or
open hole after water level stabilized)
Groundwater Level (measured at
TEST SYMBOLS
GROUNDWATER SYMBOLS
AL Atterberg Limits:
California Bearing Ratio
CN Consolidation
DD
OC Organic Content
pH pH of Soils
12 - 30% Clayey, Silty, Sandy, Gravelly
3 in to 3/4 in
3/4 in to No 4 (4.5mm)
No. 4 (4.5 mm) to No. 10 (2.0 mm)
No. 10 (2.0 mm) to No. 40 (0.42 mm)
No. 40 (0.42 mm) to No. 200 (0.074 mm)
NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation.
Density/consistency, color, modifier (if any) GROUP NAME, additions to group name (if any), moisture
content. Proportion, gradation, and angularity of constituents, additional comments.
(GEOLOGIC INTERPRETATION)
Please refer to the discussion in the report text as well as the exploration logs for a more
complete description of subsurface conditions.
Soil descriptions are presented in the following general order:
< 5%
Damp but no visible water.
WET Visible free water, usually
soil is below water table.
Boulders
Cobbles
Coarse gravel
Fine gravel
Sand
MOISTURE CONTENT
COMPONENT PROPORTIONS
Fine sand
Silt and Clay
5 - 12%
PROPORTION RANGE DESCRIPTIVE TERMS
Clean
Slightly (Clayey, Silty, Sandy)
30 - 50%
Components are arranged in order of increasing quantities.
Very (Clayey, Silty, Sandy, Gravelly)
PID
PP
CBR
DS Direct Shear
GS Grain Size Distribution
K Permeability
Moisture/Density Relationship (Proctor)
Resilient Modulus
Photoionization Device Reading
Res. Resistivity
SG
Percent Fines%F
MD
MR
Specific Gravity
CD Consolidated Drained Triaxial
Torvane (Approx. Shear Strength, tsf)
Dry Density (pcf)
CU Consolidated Undrained Triaxial
TV
UU Unconsolidated Undrained Triaxial
UC Unconfined Compression
SAMPLE TYPE SYMBOLS
Non-standard Penetration Test
(3.0" OD Split Spoon with Brass Rings)
(140 lb. hammer with 30 in. drop)
Shelby Tube
Small Bag Sample
Large Bag (Bulk) Sample
Core Run
2.0" OD Split Spoon (SPT)
PL = Plastic Limit, LL = Liquid Limit
Pocket Penetrometer (Approx. Comp. Strength, tsf)
3-1/4" OD Split Spoon
9 inches Hot Mix Asphalt.
5 lifts: 1.5" x 1.75" x 2" x 1.75" x 2"
Cored on low severity alligator cracking. Crack extends
through top lift. The upper lift is partially bonded. The 2nd and
3rd and the 3rd and 4th lifts are unbonded. The 4th lift is
bonded to the bottom lift.
(HMA)
Dense to very dense, olive-brown, sandy, fine to coarse,
mostly rounded GRAVEL with silt, moist.
(GRANULAR FILL)
Loose, dark olive-brown, silty, fine to coarse, rounded
GRAVEL with sand, moist.
The excavation was terminated at a depth of 21 inches. No
groundwater seepage was observed during the exploration.
S-1
S-2
GSGP
GM
GM
5
S 116th St, SB Lane, 6.5' W of CL
LOCATION: See Figure 2
0
1
2
3
EXCAVATION COMPANY: HWA GeoSciences Inc.
SA
M
P
L
E
N
U
M
B
E
R
SA
M
P
L
E
T
Y
P
E
OT
H
E
R
T
E
S
T
S
DATE COMPLETED: 3/25/25
LOGGED BY: J. Wilde
and therefore may not necessarily be indicative of other times and/or locations.
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
DESCRIPTIONSY
M
B
O
L
PAGE: 1 of 1
Core-1
EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel
PROJECT NO.:
MO
I
S
T
U
R
E
CO
N
T
E
N
T
(
%
)
Sidewalk Project
STREET:
PAVEMENT CORE
FIGURE:
US
C
S
S
O
I
L
C
L
A
S
S
.
2025-018
PAVEMENT CORE PHOTO 2025-018.GPJ 4/8/25
116th Ave SE
Renton, Washington
A-2
DE
P
T
H
(
f
e
e
t
)
PAVEMENT CORE PHOTO
6.75 inches Hot Mix Asphalt.
4 lifts: 2" x 1.75" x 1" x 2"
No cracking at core location. All lifts are bonded.
(HMA)
Medium dense, light brown, sandy, fine to coarse, mostly
rounded GRAVEL with silt, moist.
(GRANULAR FILL)
Medium dense, very dark brown, silty SAND with fine to
coarse, rounded gravel and trace rootlets and woody debris,
moist.
The excavation was terminated at 23 inches below ground
surface. No groundwater seepage was observed during the
exploration.
S-1
S-2 GS
GP
GM
SM
S 116th St, SB Lane, 4.5' W of CL
LOCATION: See Figure 2
0
1
2
3
EXCAVATION COMPANY: HWA GeoSciences Inc.
SA
M
P
L
E
N
U
M
B
E
R
SA
M
P
L
E
T
Y
P
E
OT
H
E
R
T
E
S
T
S
DATE COMPLETED: 3/25/25
LOGGED BY: J. Wilde
and therefore may not necessarily be indicative of other times and/or locations.
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
DESCRIPTIONSY
M
B
O
L
PAGE: 1 of 1
Core-2
EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel
PROJECT NO.:
MO
I
S
T
U
R
E
CO
N
T
E
N
T
(
%
)
Sidewalk Project
STREET:
PAVEMENT CORE
FIGURE:
US
C
S
S
O
I
L
C
L
A
S
S
.
2025-018
PAVEMENT CORE PHOTO 2025-018.GPJ 4/8/25
116th Ave SE
Renton, Washington
A-3
DE
P
T
H
(
f
e
e
t
)
PAVEMENT CORE PHOTO
27
7 inches Hot Mix Asphalt.
4 lifts: 2" x 1.5" x 1.5" x 2"
Cored on medium severity alligator cracking. Cracking
extends through upper lift. The upper and lower lifts are
unbonded.
(HMA)
Very dense, olive-brown, fine to coarse, crushed and rounded
GRAVEL with sand, silt and cobbles up to 4 inches across,
moist.
(GRANULAR FILL)
Loose to medium dense, silty, fine to coarse, rounded
GRAVEL with sand, moist.
The excavation was terminated at 19 inches below ground
surface. No groundwater seepage was observed during the
exploration.
S-1
S-2
GSGW
GM
GM
6
S 116th St, SB Lane, 2.5' W of CL
LOCATION: See Figure 2
0
1
2
3
EXCAVATION COMPANY: HWA GeoSciences Inc.
SA
M
P
L
E
N
U
M
B
E
R
SA
M
P
L
E
T
Y
P
E
OT
H
E
R
T
E
S
T
S
DATE COMPLETED: 3/25/25
LOGGED BY: J. Wilde
and therefore may not necessarily be indicative of other times and/or locations.
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
DESCRIPTIONSY
M
B
O
L
PAGE: 1 of 1
Core-3
EXCAVATING EQUIPMENT: 6-inch Diameter Core Barrel
PROJECT NO.:
MO
I
S
T
U
R
E
CO
N
T
E
N
T
(
%
)
Sidewalk Project
STREET:
PAVEMENT CORE
FIGURE:
US
C
S
S
O
I
L
C
L
A
S
S
.
2025-018
PAVEMENT CORE PHOTO 2025-018.GPJ 4/8/25
116th Ave SE
Renton, Washington
A-4
DE
P
T
H
(
f
e
e
t
)
PAVEMENT CORE PHOTO
APPENDIX B
LABORATORY TESTING
APPENDIX B
LABORATORY TESTING
Representative soil samples obtained from the explorations were placed in plastic bags to prevent
loss of moisture and transported to our Bothell, Washington, laboratory for further examination
and testing. Laboratory tests were conducted on selected soil samples to characterize relevant
engineering and index properties of the site soils.
MOISTURE CONTENT OF SOIL: The moisture content of selected soil samples (percent by dry
mass) was determined in general accordance with ASTM D 2216. The results are shown at the
sampled intervals on the appropriate summary logs in Appendix A and on the Summary of
Material Properties, Figure B-1, Appendix B.
PARTICLE SIZE ANALYSIS OF SOILS: Selected samples were tested to determine the particle
(grain) size distribution of material in general accordance with ASTM D 6913. The results are
summarized on the attached Summary of Material Properties, Figure B-1, and Particle Size
Analysis of Soils report, Figure B-2, Appendix B, which also provide information regarding the
classification of the samples.
Core-1,S-1 0.8 0.9 4.8 57.9 32.9 9.2 GP-GM Very dark grayish-brown, poorly graded GRAVEL with silt and sand
Core-2,S-2 1.4 1.7 27.4 27.4 44.9 27.7 SM Very dark brown, silty SAND with gravel
Core-3,S-1 0.6 0.8 6.1 59.9 34.7 5.3 GW-GM Brown, well graded GRAVEL with silt and sand
(f
e
e
t
)
SUMMARY OF
LIMITS (%)
ATTERBERG
BO
T
T
O
M
D
E
P
T
H
CO
N
T
E
N
T
(
%
)
LL PL PI(f
e
e
t
)
Notes:
TO
P
D
E
P
T
H
MO
I
S
T
U
R
E
CO
N
T
E
N
T
(
%
)
OR
G
A
N
I
C
AS
T
M
S
O
I
L
%
F
I
N
E
S
SP
E
C
I
F
I
C
G
R
A
V
I
T
Y
EX
P
L
O
R
A
T
I
O
N
DE
S
I
G
N
A
T
I
O
N
1. This table summarizes information presented elsewhere in the report and should be used in conjunction with the report test, other graphs and tables, and the exploration logs.
2. The soil classifications in this table are based on ASTM D2487 and D2488 as applicable.
MATERIAL PROPERTIES
B-1
PAGE: 1 of 1
%
S
A
N
D
%
G
R
A
V
E
L
CL
A
S
S
I
F
I
C
A
T
I
O
N
SAMPLE DESCRIPTION
2025-018PROJECT NO.: FIGURE:
Renton S. 116th Sidewalk Project
Pavement Coring
Renton, Washington
INDEX MATSUM 3 (LONG DESCRIPTIONS) 2025-018.GPJ 3/31/25
Q:\LIBRARY\LIBRARY - 2019 LAB.GLB
Sidewalk Project
116th Ave SE
Renton, Washington
0
10
20
30
40
50
60
70
80
90
100
0.0010.010.1110
GRAIN SIZE IN MILLIMETERS
50
SAMPLE
S-1
S-2
S-1
0.8 - 0.9
1.4 - 1.7
0.6 - 0.8
#10
32.9
44.9
34.7
30
CLASSIFICATION OF SOIL- ASTM D2487 Group Symbol and Name
U.S. STANDARD SIEVE SIZES
SAND
B-2
Coarse
#60#40#20
Fine Coarse
SYMBOL
Gravel
%
3"1-1/2"
PE
R
C
E
N
T
F
I
N
E
R
B
Y
W
E
I
G
H
T
#4 #200
57.9
27.4
59.9
Sand
%
(GP-GM) Very dark grayish-brown, poorly graded GRAVEL with silt and sand
(SM) Very dark brown, silty SAND with gravel
(GW-GM) Brown, well graded GRAVEL with silt and sand
Fines
%
0.00050.005
CLAY
Core-1
Core-2
Core-3
SILT
3/4"
GRAVEL
0.05
5/8"
70
#100
0.5
5
27
6
50
Medium Fine
3/8"
5
PI
90
10
% MC LL PLDEPTH ( ft.)
PARTICLE-SIZE ANALYSIS
OF SOILS
METHOD ASTM D6913
9.2
27.7
5.3
2025-018PROJECT NO.: FIGURE:
Renton S. 116th Sidewalk Project
Pavement Coring
Renton, Washington
HWAGRSZ 2025-018.GPJ 3/31/25
Q:\LIBRARY\LIBRARY - 2019 LAB.GLB
Sidewalk Project
116th Ave SE
Renton, Washington
(this page intentionally left blank)
APPENDIX D – PERMITS AND LICENSES
APPENDIX E – POTHOLING DATA
SE
1
6
0
T
H
S
T
DWY 1 DWY 2 DWY 3 DWY 4
A-LINE
(116TH AVE SE)
LEGEND
GENERAL NOTES
KEY NOTES
DRAWING FILE No.:
ISSUE DATE:DESIGNED BY:BYDATEREVISIONS
DRAWN BY:
APPROVED BY:
OF
DRAWING No.:
SHEET No.:
JOB No.:
ALL DIMENSIONS
SHOWN IN FEET
UNLESS OTHERWISE
DESIGNATED
CITY OF RENTON
116TH AVE SE SIDEWALK
RENTON, WASHINGTON
MARCH 2025
23-000984
28
2727 HOLLYCROFT STREET, SUITE 230, GIG HARBOR, WA 98335
P: 253.201.0777
SCJALLIANCE.COM
100% DESIGN
S E N
NIO A L
F
E
P
R
O
N
D23028128
IGE
R
S
ERETS
STA T E O F WA SHI
G I NEE
R
G
T
O
NSARAH A N N G UST
A
F
S
O
N
PREL
I
M
I
N
A
R
Y
ROADWAY & STORMWATER PLAN & PROFILE
23-000984_PP-01
PP-01
08A 10+40 - A 15+50S. GUSTAFSON
S. GUSTAFSON
M. WOLFF
SE
E
S
H
E
E
T
PP
-
0
2
MA
T
C
H
L
I
N
E
A
1
5
+
5
0
0 20 40
H
SCALE IN FEET
0 4 8
V
GPH #1
4" STW IP MAIN
9'W-SEC.LINE
NOTE: Located 12 in concrete SD at 24 inches
UTILITY SIZE: 4" STW
TOP OF UTILITY FROM GRADE: 80"
BOTTOM OF UTILITY FROM GRADE: 84"
GPH #2
3/4" STW SERVICE
173'S SE 160TH ST C/L
NOTE: They could not find the service at
locate marks. They found gas main only. Big
boulder in the way.
UTILITY SIZE: 4" STW
TOP OF UTILITY FROM GRADE: 73"BOTTOM OF UTILITY FROM GRADE: 77"
GPH #3
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4" STWTOP OF UTILITY FROM GRADE: 62"BOTTOM OF UTILITY FROM GRADE: 66"
GPH #5
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4" STWTOP OF UTILITY FROM GRADE: 50.5"BOTTOM OF UTILITY FROM GRADE: 54.5"
GPH #4
1 1/4" MPE IP SERVICE
42'S SE 160TH ST
UTILITY SIZE: 2" PETOP OF UTILITY FROM GRADE: 43"BOTTOM OF UTILITY FROM GRADE: 45"
51'-10"
5'
-
0
"
6'
-
1
"
4'
-
1
"
0'
-
1
1
1
/
2
"
GPH #2
3/4" STW SERVICE
173'S SE 160TH ST C/L
Assuming ± 2 feet between gas main depth
and service depth this service should not be
in conflict.
NOTE: They could not find the service at
locate marks. They found gas main only. Big
boulder in the way.
UTILITY SIZE: 4 IN STWTOP OF UTILITY FROM GRADE: 73 inBOTTOM OF UTILITY FROM GRADE: 77 in
4'
-
2
1
/
2
"
1'
-
1
1
/
4
"
GPH #5
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4 IN STW
TOP OF UTILITY FROM GRADE: 50.5 in
BOTTOM OF UTILITY FROM GRADE: 54.5 in
NOT A CONFLICT.
3' 9" OF VERTICAL
CLEARANCE
EXISTS. 1' 10" OF
HORIZONTAL
CLEARANCE
EXITS. SEE PG 6
FOR PROFILE.
NOT A CONFLICT.
1' 11" OF
VERTICAL
CLEARANCE
EXISTS. 1' 6" OF
HORIZONTAL
CLEARANCE
EXISTS. SEE PG 6
FOR PROFILE.
NOT A CONFLICT.
USING
ASSUMPTIONS AT
MAIN AT LEAST 1'
OF VERTICAL
CLEARANCE
EXISTS. SEE BOTH
NOTES BELOW
NOT A CONFLICT NOT A CONFLICT.
1' OF VERTICAL
CLEARANCE
EXISTS.
IS HORIZONTAL
CLEARANCE
SUFFICIENT?PSE Potholing Data
DWY 5
(SE 160TH PL)
A-LINE
(116TH AVE SE)
SE
1
6
2
N
D
S
T
LEGEND
GENERAL NOTES
KEY NOTES
DRAWING FILE No.:
ISSUE DATE:DESIGNED BY:BYDATEREVISIONS
DRAWN BY:
APPROVED BY:
OF
DRAWING No.:
SHEET No.:
JOB No.:
ALL DIMENSIONS
SHOWN IN FEET
UNLESS OTHERWISE
DESIGNATED
CITY OF RENTON
116TH AVE SE SIDEWALK
RENTON, WASHINGTON
MARCH 2025
23-000984
28
2727 HOLLYCROFT STREET, SUITE 230, GIG HARBOR, WA 98335
P: 253.201.0777
SCJALLIANCE.COM
100% DESIGN
S E N
NIO A L
F
E
P
R
O
N
D23028128
IGE
R
S
ERETS
STA T E O F WA SHI
G I NEE
R
G
T
O
NSARAH A N N G UST
A
F
S
O
N
PREL
I
M
I
N
A
R
Y
ROADWAY & STORMWATER PLAN & PROFILE
23-000984_PP-02
PP-02
09A 15+50 - A 20+25S. GUSTAFSON
S. GUSTAFSON
M. WOLFF
MA
T
C
H
L
I
N
E
A
1
5
+
5
0
SE
E
S
H
E
E
T
PP
-
0
2
0 20 40
H
SCALE IN FEET
0 4 8
V
GPH #6
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4" STWTOP OF UTILITY FROM GRADE: 50.5"BOTTOM OF UTILITY FROM GRADE: 54.5"
GPH #7
1 1/8" MPE SERVICVE
288'N SE 162ND ST C/L
UTILITY SIZE: 2" PE
TOP OF UTILITY FROM GRADE: 29"
BOTTOM OF UTILITY FROM GRADE: 31"
GPH #8
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4" STW
TOP OF UTILITY FROM GRADE: 45.5"
BOTTOM OF UTILITY FROM GRADE: 49.5"
GPH #9
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4 IN STWTOP OF UTILITY FROM GRADE: 43 inBOTTOM OF UTILITY FROM GRADE: 47 in
GPH #10
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4" STW
TOP OF UTILITY FROM GRADE: 46.5"BOTTOM OF UTILITY FROM GRADE: 50.5"
GPH #11
2" STW IP MAIN
14'S C/L
UTILITY SIZE: 2" STWTOP OF UTILITY FROM GRADE: 45"BOTTOM OF UTILITY FROM GRADE: 47"
NOT A CONFLICT.
2' 1" OF VERTICAL
CLEARANCE
EXISTS. 3' 5" OF
HORIZONTAL
CLEARANCE
EXITS. SEE PG 6
FOR PROFILES.
2'
-
5
"
CONFLICT! NEED
TO LOWER.
GPH #7
1 1/8" MPE SERVICVE
288'N SE 162ND ST C/L
UTILITY SIZE: 2 PETOP OF UTILITY FROM GRADE: 29 inBOTTOM OF UTILITY FROM GRADE: 31 in
NOT A CONFLICT.
1' 7" OF VERTICAL
CLEARANCE
EXISTS. 2' 4" OF
HORIZONTAL
CLEARANCE
EXITS. SEE PG 7
FOR PROFILE.
NOT A CONFLICT.
1' 3" OF VERTICAL
CLEARANCE
EXISTS. 1' 5" OF
HORIZONTAL
CLEARANCE
EXISTS. SEE PG 7
FOR PROFILE.
NOT A CONFLICT.
8" OF VERTICAL
CLEARANCE
EXISTS. 1' 9"
HORIZONTAL
CLEARANCE
EXISTS. SEE PG 5
FOR PROFILE.
3'
-
9
"
1'
-
3
"
NOT A CONFLICT.
9" OF VERTICAL
CLEARANCE
EXITS. SEE PG 7
FOR PROFILE.
ON PREVIOUS DESIGN PSE HAD THIS AREA HAD DETAILS
SHOWING STORM GOING TO EXISTING CB5035. WITH
POTHOLES IT SHOWED THAT WE WOULD NOT BE IN
CONFLICT. IS THIS NO LONGER PART OF THE PROJECT?
IS HORIZONTAL
CLEARANCE
SUFFICIENT?
23'-5 3/4"
PSE Potholing Data
LEGEND
GENERAL NOTES
SE 162ND ST
DRAWING FILE No.:
ISSUE DATE:DESIGNED BY:BYDATEREVISIONS
DRAWN BY:
APPROVED BY:
OF
DRAWING No.:
SHEET No.:
JOB No.:
ALL DIMENSIONS
SHOWN IN FEET
UNLESS OTHERWISE
DESIGNATED
CITY OF RENTON
116TH AVE SE SIDEWALK
RENTON, WASHINGTON
MARCH 2025
23-000984
28
2727 HOLLYCROFT STREET, SUITE 230, GIG HARBOR, WA 98335
P: 253.201.0777
SCJALLIANCE.COM
100% DESIGN
S E N
NIO A L
F
E
P
R
O
N
D23028128
IGE
R
S
ERETS
STA T E O F WA SHI
G I NEE
R
G
T
O
NSARAH A N N G UST
A
F
S
O
N
PREL
I
M
I
N
A
R
Y
ROADWAY & STORMWATER PLAN & PROFILE
23-000984_PP-02A
PP-03
10A 19+00 - A 20+25S. GUSTAFSON
S. GUSTAFSON
M. WOLFF
0 20 40
H
SCALE IN FEET
0 4 8
V
STORM CROSSING
12'-8 3/4"
10'-7 1/2"
3'
-
1
0
1
/
2
"
0'
-
8
"
1'-10 1/4"
GPH #10
4" STW IP MAIN
9'W-SEC.LINE
UTILITY SIZE: 4 IN STWTOP OF UTILITY FROM GRADE: 46.5 inBOTTOM OF UTILITY FROM GRADE: 50.5 in
NOT A CONFLICT
SEE BELOW
PSE Potholing Data
JOB No.:
DRAWING FILE No.:
DATE:
HORIZONTAL SCALE:EXHIBIT No:
SHEET No:
2727 HOLLYCROFT STREET, SUITE 230, GIG HARBOR, WA 98335
P: 253.201.0777
SCJALLIANCE.COM
1"=20'
MARCH, 2025
23-000984
_23-000984_X-SD.DWG
116TH AVE SE SIDEWALK
STORM LATERALS
EX-01
01
0 20 40
H
SCALE IN FEET
0 4 8
V
0 20 40
H
SCALE IN FEET
0 4 8
V
0 20 40
H
SCALE IN FEET
0 4 8
V
1'-11"6'
-
8
"
3'
-
9
1
/
4
"
1'-6"
5'
-
2
"
1'
-
1
1
3
/
4
"
3'-5"4'
-
2
1
/
2
"
2'
-
1
"
PSE Potholing Data
JOB No.:
DRAWING FILE No.:
DATE:
HORIZONTAL SCALE:EXHIBIT No:
SHEET No:
2727 HOLLYCROFT STREET, SUITE 230, GIG HARBOR, WA 98335
P: 253.201.0777
SCJALLIANCE.COM
1"=20'
MARCH, 2025
23-000984
_23-000984_X-SD.DWG
116TH AVE SE SIDEWALK
STORM LATERALS
EX-02
02
0 20 40
H
SCALE IN FEET
0 4 8
V
0 20 40
H
SCALE IN FEET
0 4 8
V
0 20 40
H
SCALE IN FEET
0 4 8
V
3'-7"
3'
-
9
1
/
2
"
1'
-
7
"
3'-2"
3'
-
7
"
1'
-
3
3
/
4
"
23'-5 3/4"
3'
-
9
"
0'
-
9
"
PSE Potholing Data
Soos Creek
Potholing Data
Soos Creek
Potholing Data
Soos Creek
Potholing Data
Soos Creek
Potholing Data
Soos Creek
Potholing Data
(this page intentionally left blank)
APPENDIX F – ZAYO RELOCATION AS-BUILTS
ZAYOID 612
16022 116TH AVE SE
RENTON, WA 98058
1 - COVER SHEET AND PROJECT LOCATION
2 - ZAYO GENERAL NOTES
3 - LINE TYPE AND SYMBOL LEGENDS
4-5 - PLAN VIEWS
PROJECT LOCATION
CONTACT PERSON:
SHEET INDEX:
CITY OF RENTON
Fibe Solutions
Project Manager
Ron Desmet
604 W Meeker St, Suite 103
Kent, Washington 98032
(Cell) 206.571.2230
(Email) rdesmet@fibesolutions.com
Zayo Group
OSP Project Manager - Pacific NW
Kim Bodtker
5013 PACIFIC HWY E SUITE #14
Fife, WA 98424
(Cell) 206.841.5545
(Email) kim.bodtker@zayo.com
PROJECT DESCRIPTION
SCOPE OF WORK:
RELOCATE ZAYO DUCT FOR PLANNED CITY OF
RENTON RRFB POLE AND (1) POTHOLE LOCATION.
MFP25001598
”
”
“”
MFP25001598
SYMBOL LEGEND
BOREPIT
LINE TYPE LEGEND
#
R
100 SCALE LINE TYPE LEGEND
X X X X X X X X
144CT
SPLICE
XXX'
HATCH TYPES
#
POLE ATTACHMENT BLOCK
144CT
MFP25001598
11
6
T
H
A
V
E
S
E
16022
16011
R
SE 160TH ST
1
2
1
3
9'
SPECIFIC NOTE:
before you digCall
CONTRACTOR NOTE:
THE CONTRACTOR IS RESPONSIBLE FOR
ARRANGING THE FINAL INSPECTION UPON THE
COMPLETION OF THE PROJECT
1 2
PHOTO TAG
#
1
36
'
2
3
3
MFP25001598
RESTORATION PER CITY OF RENTON STANDARDS
FIBER DUCT 6"
FROM BACK OF
CURB 36" OF
COVER
11
6
T
H
A
V
E
S
E
SE 162ND ST
ZA
Y
O
C
O
N
D
U
I
T
CASCADE ELEMENTRY SCHOOL
1
SPECIFIC NOTE:
before you digCall
CONTRACTOR NOTE:
THE CONTRACTOR IS RESPONSIBLE FOR
ARRANGING THE FINAL INSPECTION UPON THE
COMPLETION OF THE PROJECT
DIRECTIONAL BORE LEGEND
1
PHOTO TAG
#
1
1
MFP25001598
POTHOLED TO 70"
DIDN'T FIND DUCT
8'
9' 5"
11'9"
12'0"
7' 8"
7'6"
7'10"
ROD & SONDE
EMPTY DUCT @9'5"
(this page intentionally left blank)
APPENDIX G – ECOLOGY INADVERTENT DISCOVERY PLAN
ECY 070-560 (rev. 06/21) 1 IDP Form
INADVERTENT DISCOVERY PLAN
PLAN AND PROCEDURES FOR THE DISCOVERY OF
CULTURAL RESOURCES AND HUMAN SKELETAL
REMAINS
To request ADA accommodation, including materials in a format for the visually
impaired, call Ecology at 360-407-6000 or visit https://ecology.wa.gov/accessibility.
People with impaired hearing may call Washington Relay Service at 711. People with a
speech disability may call TTY at 877-833-6341.
Site Name(s): 116th Ave SE Sidewalk Project
Project Lead/Organization: City of Renton
Location: 116th Ave SE, SE 160th St to SE 162nd St
Renton, WA 98058 County: King
If this Inadvertent Discovery Plan (IDP) is for multiple (batched) projects, ensure the
location information covers all project areas.
1. INTRODUCTION
The IDP outlines procedures to perform in the event of a discovery of archaeological
materials or human remains, in accordance with applicable state and federal laws. An
IDP is required, as part of Agency Terms and Conditions for all grants and loans, for
any project that creates disturbance above or below the ground. An IDP is not a
substitute for a formal cultural resource review (Executive 21-02 or Section 106).
Once completed, the IDP shall always be kept at the project site during all project
activities. All staff, contractors, and volunteers shall be familiar with its contents and
know where to find it.
2. CULTURAL RESOURCE DISCOVERIES
A cultural resource discovery could be prehistoric or historic artifacts. Examples include
(see images for further examples):
• An accumulation of shell, burned rocks, or other food related materials.
• Bones, intact or in small pieces.
• An area of charcoal or very dark stained soil with artifacts.
• Stone tools or waste flakes (for example, an arrowhead or stone chips).
• Modified or stripped trees, often cedar or aspen, or other modified natural
features, such as rock drawings.
• Agricultural or logging materials that appear older than 50 years. These could
include equipment, fencing, canals, spillways, chutes, derelict sawmills, tools,
and many other items.
• Clusters of tin cans or bottles, or other debris that appear older than 50 years.
• Old munitions casings. Always assume these are live and never touch or
move.
• Buried railroad tracks, decking, foundations, or other industrial materials.
• Remnants of homesteading. These could include bricks, nails, household items,
toys, food containers, and other items associated with homes or farming sites.
ECY 070-560 (rev. 06/21) 2 IDP Form
The above list does not cover every possible cultural resource. When in doubt, assume
the material is a cultural resource.
3. ON-SITE RESPONSIBILITIES
If any employee, contractor, or subcontractor believes that they have uncovered cultural
resources or human remains at any point in the project, take the following steps to
Stop-Protect-Notify. If you suspect that the discovery includes human remains,
also follow Sections 5 and 6.
STEP A: Stop Work.
All work must stop immediately in the vicinity of the discovery.
STEP B: Protect the Discovery.
Leave the discovery and the surrounding area untouched and create a clear,
identifiable, and wide boundary (30 feet or larger) with temporary fencing, flagging,
stakes, or other clear markings. Provide protection and ensure integrity of the discovery
until cleared by the Department of Archaeological and Historical Preservation (DAHP) or
a licensed, professional archaeologist.
Do not permit vehicles, equipment, or unauthorized personnel to traverse the discovery
site. Do not allow work to resume within the boundary until the requirements of this IDP
are met.
STEP C: Notify Project Archaeologist (if applicable).
If the project has an archaeologist, notify that person. If there is a monitoring plan in
place, the archaeologist will follow the outlined procedure.
STEP D: Notify Project and Washington Department of Ecology (Ecology)
contacts.
Project Lead Contacts
Primary Contact
Name: Blake Costa
Organization: City of Renton
Phone: 425-757-9994
Email: bcosta@rentonwa.gov
Alternate Contact
Name: Chris Barnes
Organization: City of Renton
Phone: 425-430-7220
Email: cbarnes@rentonwa.gov
Ecology Contacts (completed by Ecology Project Manager)
Ecology Project Manager
Name:
Program:
Phone:
Email:
Alternate or Cultural Resource Contact
Name:
Program:
Phone:
Email:
ECY 070-560 (rev. 06/21) 3 IDP Form
STEP E: Ecology will notify DAHP.
Once notified, the Ecology Cultural Resource Contact or the Ecology Project Manager
will contact DAHP to report and confirm the discovery. To avoid delay, the Project
Lead/Organization will contact DAHP if they are not able to reach Ecology.
DAHP will provide the steps to assist with identification. DAHP, Ecology, and Tribal
representatives may coordinate a site visit following any necessary safety protocols.
DAHP may also inform the Project Lead/Organization and Ecology of additional steps to
further protect the site.
Do not continue work until DAHP has issued an approval for work to proceed in
the area of, or near, the discovery.
DAHP Contacts:
Name: Rob Whitlam, PhD
Title: State Archaeologist
Cell: 360-890-2615
Email: Rob.Whitlam@dahp.wa.gov
Main Office: 360-586-3065
Human Remains/Bones:
Name: Guy Tasa, PhD
Title: State Anthropologist
Cell: 360-790-1633 (24/7)
Email: Guy.Tasa@dahp.wa.gov
4. TRIBAL CONTACTS
In the event cultural resources are discovered, the tribes identified in Section 11 will be
contacted. See Section 10 for Additional Resources.
5. FURTHER CONTACTS (if applicable)
If the discovery is confirmed by DAHP as a cultural or archaeological resource, or as
human remains, and there is a partnering federal or state agency, Ecology or the
Project Lead/Organization will ensure the partnering agency is immediately notified.
Federal Agency:
Agency:
Name:
Title:
Phone:
Email:
State Agency:
Agency:
Name:
Title:
Phone:
Email:
6. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL
REMAINS
Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be
treated with dignity and respect. Follow the steps under Stop-Protect-Notify. For
specific instructions on how to handle a human remains discovery, see: RCW
68.50.645: Skeletal human remains—Duty to notify—Ground disturbing activities—
Coroner determination—Definitions.
ECY 070-560 (rev. 06/21) 7 IDP Form
Suggestion: If you are unsure whether the discovery is human bone or not, contact
Guy Tasa with DAHP, for identification and next steps. Do not pick up the discovery.
Guy Tasa, PhD State Physical Anthropologist
Guy.Tasa@dahp.wa.gov
(360) 790-1633 (Cell/Office)
For discoveries that are confirmed or suspected human remains, follow these steps:
1. Notify law enforcement and the Medical Examiner/Coroner using the contacts
below. Do not call 911 unless it is the only number available to you.
Enter contact information below (required):
• Local Medical Examiner or Coroner name and phone: King County Medical
Examiner / 206-731-3232
• Local Law Enforcement main name and phone: Renton Police Non-
Emergency / 425-430-7500
• Local Non-Emergency phone number (911 if without a non-emergency
number): Renton Police Non-Emergency / 425-430-7500
2. The Medical Examiner/Coroner (with assistance of law enforcement personnel)
will determine if the remains are human or if the discovery site constitutes a
crime scene and will notify DAHP.
3. DO NOT speak with the media, allow photography or disturbance of the
remains, or release any information about the discovery on social media.
4. If the remains are determined to be non-forensic, cover the remains with a tarp or
other materials (not soil or rocks) for temporary protection and to shield them
from being photographed by others or disturbed.
Further activities:
• Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction
over non-forensic human remains. Ecology staff will participate in consultation.
The Project Lead/Organization may also participate in consultation.
• Documentation of human skeletal remains and funerary objects will be agreed
upon through the consultation process described in RCW 27.44.055, RCW
68.50, and RCW 68.60.
• When consultation and documentation activities are complete, work in the
discovery area may resume as described in Section 8.
If the project occurs on federal lands (such as a national forest or park or a military
reservation) the provisions of the Native American Graves Protection and Repatriation
Act of 1990 (NAGPRA) apply and the responsible federal agency will follow its
provisions. Note that state highways that cross federal lands are on an easement and
are not owned by the state.
If the project occurs on non-federal lands, the Project Lead/Organization will comply
with applicable state and federal laws, and the above protocol.
ECY 070-560 (rev. 06/21) 7 IDP Form
7. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS
Archaeological resources discovered during construction are protected by state law
RCW 27.53 and assumed eligible for inclusion in the National Register of Historic
Places under Criterion D until a formal Determination of Eligibility is made.
The Project Lead/Organization must ensure that proper documentation and field
assessments are made of all discovered cultural resources in cooperation with all
parties: the federal agencies (if any), DAHP, Ecology, affected tribes, and the
archaeologist.
An archaeologist will record all prehistoric and historic cultural material discovered
during project construction on a standard DAHP archaeological site or isolate inventory
form. They will photograph site overviews, features, and artifacts and prepare
stratigraphic profiles and soil/sediment descriptions for minimal subsurface exposures.
They will document discovery locations on scaled site plans and site location maps.
Cultural features, horizons, and artifacts detected in buried sediments may require the
archaeologist to conduct further evaluation using hand-dug test units. They will
excavate units in a controlled fashion to expose features, collect samples from
undisturbed contexts, or to interpret complex stratigraphy. They may also use a test unit
or trench excavation to determine if an intact occupation surface is present. They will
only use test units when necessary to gather information on the nature, extent, and
integrity of subsurface cultural deposits to evaluate the site’s significance. They will
conduct excavations using standard archaeological techniques to precisely document
the location of cultural deposits, artifacts, and feature s.
The archaeologist will record spatial information, depth of excavation levels, natural and
cultural stratigraphy, presence or absence of cultural material, and depth to sterile soil,
regolith, or bedrock for each unit on a standard form. They will complete test excavation
unit level forms, which will include plan maps for each excavation level and artifact
counts and material types, number, and vertical provenience (depth below surface and
stratum association where applicable) for all recovered artifacts. They will draw a
stratigraphic profile for at least one wall of each test excavation unit.
The archaeologist will screen sediments excavated for purposes of cultural resources
investigation through 1/8-inch mesh, unless soil conditions warrant 1/4-inch mesh.
The archaeologist will analyze, catalogue, and temporarily curate all prehistoric and
historic artifacts collected from the surface and from probes and excavation units. The
ultimate disposition of cultural materials will be determined in consultation with the
federal agencies (if any), DAHP, Ecology, and the affected tribe(s).
Within 90 days of concluding fieldwork, the archaeologist will provide a technical report
describing any and all monitoring and resultant archaeological excavations to the
Project Lead/Organization, who will forward the report to Ecology, the federal agencies
(if any), DAHP, and the affected tribe(s) for review and comment.
If assessment activities expose human remains (burials, isolated teeth, or bones), the
archaeologist and Project Lead/Organization will follow the process described in
Section 6.
ECY 070-560 (rev. 06/21) 7 IDP Form
8. PROCEEDING WITH WORK
The Project Lead/Organization shall work with the archaeologist, DAHP, and affected
tribe(s) to determine the appropriate discovery boundary and where work can continue.
Work may continue at the discovery location only after the process outlined in this plan
is followed and the Project Lead/Organization, DAHP, any affected tribe(s), Ecology,
and the federal agencies (if any) determine that compliance with state and federal laws
is complete.
9. ORGANIZATION RESPONSIBILITY
The Project Lead/Organization is responsible for ensuring:
• This IDP has complete and accurate information.
• This IDP is immediately available to all field staff at the site and available by
request to any party.
• This IDP is implemented to address any discovery at the site.
• That all field staff, contractors, and volunteers are instructed on how to
implement this IDP.
10. ADDITIONAL RESOURCES
Informative Video
Ecology recommends that all project staff, contractors, and volunteers view this
informative video explaining the value of IDP protocol and what to do in the event of a
discovery. The target audience is anyone working on the project who could
unexpectedly find cultural resources or human remains while excavating or digging. The
video is also posted on DAHP’s inadvertent discovery language website.
Ecology's IDP Video (https://www.youtube.com/watch?v=ioX-4cXfbDY)Informational
Resources
DAHP (https://dahp.wa.gov)
Washington State Archeology (DAHP 2003)
(https://dahp.wa.gov/sites/default/files/Field%20Guide%20to%20WA%20Arch_0.pdf)
Association of Washington Archaeologists (https://www.archaeologyinwashington.com)
Potentially Interested Tribes
Tribal Contacts: Interactive Map of Tribes by Area
(https://dahp.wa.gov/archaeology/tribal-consultation-information)
Tribal Contacts - WSDOT Tribal Contact Website
(https://wsdot.wa.gov/tribal/TribalContacts.htm)
ECY 070-560 (rev. 06/21) 7 IDP Form
11. ADDITIONAL INFORMATION
Please add any additional contact information or other information needed within this
IDP.
Tribe: Duwamish Tribe
Name: John Boddy
Title: Cultural Preservation Officer
Phone: 360-340-8930
Tribe: Muckleshoot Indian Tribe
Name: Laura Murphy
Title: Archaeologist
Phone: 253-876-3272
Tribe: Stillaguamish Tribe of Indians
Name: Kerry Lyste
Title: THPO
Phone: 360-572-3072
Tribe: Duwamish Tribe
Name: Nancy Sackman
Title: Cultural Preservation Officer
Phone: 206-910-2232
Tribe: Snoqualmie Indian Tribe
Name: Aaron Webster
Title: Archaeologist
Phone: 425-466-0263
Tribe: Suquamish Tribe
Name: Stephanie Trudel
Title: THPO
Phone: 360-394-8533
Tribe: Tulalip Tribes
Name: Richard Young
Title: Cultural Resources
Phone: 425-239-0812
Tribe: Tulalip Tribes
Name: Gene Enick
Title: Cultural Resources
Phone: 360-716-2653
ECY 070-560 (rev. 06/21) 8 IDP Form
Implement the IDP if you see…
Chipped stone artifacts.
Examples are:
• Glass-like material.
• Angular material.
• “Unusual” material or shape for the area.
• Regularity of flaking.
• Variability of size. Stone artifacts from Oregon.
Stone artifacts from Washington. Biface-knife, scraper, or pre-form found in NE Washington. Thought to be a well
knapped object of great antiquity. Courtesy of Methow Salmon Rec. Foundation.
ECY 070-560 (rev. 06/21) 9 IDP Form
Implement the IDP if you see…
Ground stone artifacts.
Examples are:
• Unusual or unnatural shapes or unusual stone.
• Striations or scratching.
• Etching, perforations, or pecking.
• Regularity in modifications.
• Variability of size, function, or complexity.
Above: Fishing Weight - credit CRITFC Treaty Fishing Rights website.
Artifacts from unknown locations (left and right images).
ECY 070-560 (rev. 06/21) 10 IDP Form
Implement the IDP if you see…
Bone or shell artifacts, tools, or beads.
Examples are:
• Smooth or carved materials.
• Unusual shape.
• Pointed as if used as a tool.
• Wedge shaped like a “shoehorn”.
• Variability of size.
• Beads from shell (dentalium) or tusk.
Upper Left:Bone Awls from Oregon.
Upper Center: Bone Wedge from California.
Upper Right: Plateau dentalium choker and bracelet, from Nez Perce
National Historical Park, 19th century, made using Antalis pretiosa shells
Credit: Nez Perce - Nez Perce National Historical Park, NEPE 8762,
Public Domain.
Above: Tooth Pendants.
Right: Bone Pendants. Both from Oregon and Washington.
ECY 070-560 (rev. 06/21) 11 IDP Form
Implement the IDP if you see…
Culturally modified trees, fiber, or wood artifacts.
Examples are:
• Trees with bark stripped or peeled, carvings, axe cuts, de-limbing,
wood removal, and other human modifications.
• Fiber or wood artifacts in a wet environment.
• Variability of size, function, and complexity.
Left and Below: Culturally modified tree
and an old carving on an aspen (Courtesy
of DAHP). These are examples of above
ground cultural resources.
Right, Top to Bottom: Artifacts from Mud
Bay, Olympia: Toy war club, two strand
cedar rope, wet basketry.
ECY 070-560 (rev. 06/21) 12 IDP Form
Implement the IDP if you see…
Strange, different, or interesting looking dirt, rocks, or shells.
Human activities leave traces in the ground that may or may not have
artifacts associated with them. Examples are:
• “Unusual” accumulations of rock (especially fire-cracked rock).
• “Unusual” shaped accumulations of rock (such as a shape similar
to a fire ring).
• Charcoal or charcoal-stained soils, burnt-looking soils, or soil that
has a “layer cake” appearance.
• Accumulations of shell, bones, or artifacts. Shells may be
crushed.
• Look for the “unusual” or out of place (for example, rock
piles in areas with otherwise few rocks).Shell Midden pocket in modern fill discovered in sewer trench.
Hearth excavated near Hamilton, WA.
Shell Midden with fire cracked rock.
Underground oven. Courtesy of DAHP.
ECY 070-560 (rev. 06/21) 13 IDP Form
Implement the IDP if you see…
Historic period artifacts (historic archaeology considered
older than 50 years).
Examples are:
• Agricultural or logging equipment. May include equipment, fencing,
canals, spillways, chutes, derelict sawmills, tools, etc.
• Domestic items including square or wire nails, amethyst colored glass,
or painted stoneware.
Left: Top to Bottom: Willow pattern serving bowl
and slip joint pocket knife discovered
during Seattle Smith Cove shantytown
(45-KI-1200) excavation.
Right: Collections of historic artifacts
discovered during excavations in eastern
Washington cities.
ECY 070-560 (rev. 06/21) 14 IDP Form
Implement the IDP if you see…
Historic period artifacts (historic archaeology considered
older than 50 years).
Examples are:
• Railway tokens, coins, and buttons.
• Spectacles, toys, clothing, and personal items.
• Items helping to understand a culture or identity.
• Food containers and dishware.
Main Image: Dishes, bottles, work boot found at the North Shore Japanese bath
house (ofuro) site, Courtesy Bob Muckle, Archaeologist, Capilano University,
B.C. This is an example of an above ground resource.
Inset: Old boot.
Right, from Top to Bottom:
Coins, token, spectacles and
Montgomery Ward pitchfork
toy discovered during
Seattle Smith Cove
shantytown (45-KI-1200)
excavation.
ECY 070-560 (rev. 06/21) 15 IDP Form
Implement the IDP if you see…
• Old munition casings – if you see ammunition of any type – always assume they are live and never touch or move!
• Tin cans or glass bottles with an older manufacturer’s technique – maker’s mark, distinct colors such as turquoise, or an
older method of opening the container.
Can opening dates, courtesy of W.M. Schroeder.
Right: Old beer can found
in Oregon. ACME was
owned by Olympia
Brewery. Courtesy of
Heather Simmons.
Logo employed by Whithall
Tatum & Co. between 1924 to
1938 (Lockhart et al. 2016).
Far Left: .303 British
cartridge found by a WCC
planting crew on Skagit
River. Don’t ever touch
something like this!
Left: Maker’s mark on
bottom of old bottle.
ECY 070-560 (rev. 06/21) 16 IDP Form
Implement the IDP if you see…
Historic foundations or buried structures.
Examples are:
• Foundations.
• Railroad and trolley tracks.
• Remnants of structures.
Counter Clockwise, Left to Right: Historic structure 45KI924, in WSDOT right of
way for SR99 tunnel. Remnants of Smith Cove shantytown (45-KI-1200)
discovered during Ecology CSO excavation, City of Spokane historic trolley tracks
(above ground historic resources) uncovered during stormwater project, intact
foundation of historic home that survived the Great Ellensburg Fire of July 4, 1889,
uncovered beneath parking lot in Ellensburg.
ECY 070-560 (rev. 06/21) 17 IDP Form
Implement the IDP if you see…
Potential human remains.
Examples are:
• Grave headstones that appear to be older than 50 years.
• Bones or bone tools--intact or in small pieces. It can be difficult to
differentiate animal from human so they must be identified by an
expert.
• These are all examples of animal bones and are not human.
Center: Bone wedge tool,
courtesy of Smith Cove
Shantytown excavation
(45KI1200).
Other images (Top Right,
Bottom Left, and Bottom)
Center: Courtesy of DAHP.
Directly Above: This is a real discovery at an
Ecology sewer project site.
What would you do if you found these items at
a site? Who would be the first person you
would call?
Hint: Read the plan!
(this page intentionally left blank)