HomeMy WebLinkAboutBid Documents-HighlandsW-Volume I
Printed on Recycled Paper
Award Date: ___________ CAG-26-001
Awarded to:__________________________________________
___________________________________________
___________________________________________
Award Amount: ______________________________________
City of Renton
Highlands Reservoir Water Main Improvements
Project
Project NO. WTR-27-03888
Volume I of II
City of Renton
1055 South Grady Way
Renton WA 98057
Project Manager: Ken Srilofung
(425)-430-7247
KSrilofung@rentonwa.gov
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
02 Contents-2026-Higlands Reserv. Main\
CITY OF RENTON
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
CONTRACT DOCUMENT TABLE OF CONTENTS
Volume I
1. Summary of Fair Practices Policy
2. Summary of Americans with Disability Act Policy
3. Vicinity Map
4. Scope of Work
5. Instructions to Bidders
6. Supplemental Responsible Bidder Criteria
7. Call for Bids
8. *Proposal Bid Bond Form
9. *Dept. of Labor and Industries Certificate Registration
10. *Proposal and Combined Affidavit & Certificate Form: (Non-Collusion, Anti-Trust Claims, Min. Wage)
11. *Schedule of Prices
12. *Acknowledgement of Receipt of Addenda
13. *Certification of Compliance with Wage Payment Statues
14. *Subcontractor List (if bid exceeds $1,000,000 and includes HVAC, plumbing, electrical, structural
steel, or rebar subcontractors per RCW 39.30-060)
15. **Supplemental Responsbile Bidder Criteria Form
16. Contract Bond to the City of Renton
17. Fair Practices Policy Affidavit of Compliance
18. Agreement
19. Retainage Selection and Retainage Bond
20. Wash. State Prevailing Hourly Wage Rates Reference
21. City of Renton Final Contract Voucher Certificate Form
22. SPECIAL PROVISIONS
23. Appendix A – Asbestos Handling
24. Appendix B – Standard Plans and Details
25. Appendix C – Traffic Control Plan Application
26. Appendix D – Traffic Control Plans (Full Size 22”x 34”)
Volume II – Construction Plans (Full Size 22” x 34”)
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
* Submit with Bid
** Submittal within no later than the close of five (5) business days after bid opening
Submit after Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, WA. 98055
CITY OF RENTON
HIGHLANDS RESERVOIR WATER MAIN IMPROVEMENTS PROJECT
PROJECT LOCATION
VICINITY MAP
NTS
06a-Scope 2026\
CITY OF RENTON
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
• Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile iron
water mains and appurtenances, including 69 gate and butterfly valves, 8 fire hydrants, 35 water
service lines, 34 connections to existing water mains, and the in-place abandonment, removals
and disposals of existing water system and asbestos cement pipes.
• Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with 18
storm catch basins and manholes.
• Restoration of surface conditions including asphalt trench patching, asphalt overlay, and
reconstruction of concrete curbs, gutters, and sidewalks.
• Implementation of traffic control, erosion and sedimentation control measures, and trench
safety systems.
• Other work as necessary to complete the project.
The estimated project cost is $8,000,000 to $9,000,000.
For Bid Item Descriptions and Payments, see Special Provisions Section – 1-09.14.
Any contractor connected with this project shall comply with all federal, state, county, and city codes
and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this Contract Document. A total of 300 working days is allowed for completion of this
project.
1
CITY OF RENTON
Highlands Reservoir Water Main Improvements Project
Project No. WTR-27-03888
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall,
until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be
accepted.
The bids will be publicly opened and read via Zoom video conference 60 minutes after the bid
closing, after which the bids will be considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Manager. Written addenda to clarify questions that arise may then be issued.
If a bidder has a question regarding the project, the bidder may submit questions via e-mail only to
ksrilofung@rentonwa.gov. The bidder shall include “Bid Question-Highlands Reservoir Water Main
Improvements Project” in the subject line.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
Questions received less than 4 business days prior to the date of sealed bid submittal may not be
answered. The City will not be responsible for other explanations or interpretations of the bid
documents.
The owner, at their discretion, may consider written requests for substitutions All requests for
substitutions prior to bid opening must be received by the owner a minimum of 7 working days.
Approval of substitutions will be only by addendum.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans, Specifications, addenda, and plan holders list for this project ar available online through
Builders Exchange of Washington, Inc. at http://www.bxwa.com. Click on “bxwa.com”; “Posted
Projects”; “Public Works”, “City of Renton”; “Project Bidding.” Note: Bidders are encouraged to
“Register as Bidder” in order to receive automatic email notification of future addenda and to be
placed on the “Bidder List.” Bidders shall satisfy themselves as to the local conditions by inspection of
the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors, the unit price bid will govern. Illegible figures will invalidate the bid.
2
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made by check or electronic fund transfer (EFT).
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as identified within Special Provisions,
Specification Section 1-07.18 “Public Liability and Property Damage Insurance”.
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14. Before starting work under this contract, the Contractor is required to supply information to the City
of Renton on all chemical hazards that Contractor is bringing into the work place and potentially
exposing City of Renton Employees and public.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid
forms to be considered responsive for award. The total price of all schedules will be used to
determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the
Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
3
18. Payment of Prevailing Wages and Apprentice Utilization Requirements
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The Contractor is responsible for obtaining updated issues of the prevailing wage rate forms as they
become available during the duration of the contract. The wage rates shall be included as part of any
subcontracts the Contractor may enter into for work on this project.
This Contract includes an Apprentice Utilization Requirement. Fifteen percent (15%) or more of
project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are accepted.
Apprentice Utilization will be determined using the Department of Labor and Industries (L&I) online
Prevailing Wage Intent & Affidavit (PWIA) system.
19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials
and in compliance with Section 7-9.3 of Special Provisions regarding asbestos cement pipe removal,
handling and disposal.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA "2025 Standard Specifications for Road, Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to
read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
deleted and the measurement and payment provisions of Section 1-09.14, Measurement
and Payment (added herein) shall govern.
21. The technical memorandum reviewing the engineering geologic conditions, providing
recommendations for the construction of water mains and improvements, and evaluating the type of
geologic hazards and degree of geologic risks and the technical memorandum for the supplemental
engineering geology evaluation in the project areas are available for information purposes only. A
4
copy may be obtained on-line through Builders Exchange of Washington, Inc. at
http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”;
“Project Bidding.”
The bidders shall familiarize themselves with the project sites and existing subsurface conditions as
needed to submit their bids. Upon approval of the City and the acquisition of any required permits,
the Bidders may make subsurface explorations and investigations as they see fit. The Bidders shall be
responsible for protection of all existing facilities, utilities and other buried or surface improvements
and shall restore the site to the satisfaction of the City.
Bidder’s are notified that it is the opinion of the Contracting Agency that PVC or metal conduit,
junction box, etc, are considered electrical equipment and therefore considered part of
electrical work, even if the installation is for future use and no wire or electrical current is
connected during the project.
22. Bidder’s Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time. The forms included in these bid documents must be used, no substitutes will be
accepted.
❑ Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5% of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Sale Tax for this project is bid at 10.5%.
❑ Have you submitted the Subcontractors List and proof of licenses?
❑ Have you submitted Certification of Compliance with Wage Payment Statutes Form?
❑ Have you reviewed the Prevailing Wage and Apprentice Utilization Requirements?
❑ Have you confirmed that you, and any subcontractors, are not presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntary excluded from covered transactions by
any Federal department or agency?
❑ Have you submitted Dept. of Labor and Industries Certificate of Registration Form?
❑ Have you submitted Proposal and Combined Affidavit & Certificate Form?
❑ Have you certified Receipt of Addenda, if any have been issued?
SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA
1. GENERAL
Supplemental Responsible Bidder Criteria will apply for this project. In a timely manner,
Bidders may request, in writing that the city modify the supplemental responsible bidder
criteria. The city reserves the right to modify or not modify the supplemental responsible
bidder criteria in its discretion. The City will issue an Addendum, prior to the bid due date,
should it modify the supplemental responsible bidder criteria. The city will not modify the
supplemental responsible bidder criteria after the bid due date; therefore, Bidders are
encouraged to discuss with the project manager immediately and before the bid due date
the relevancy of the supplemental responsible bidder criteria.
It is the intent of the City to award a contract to the lowest responsive and responsible
Bidder. Before award, the Bidder must also meet the supplemental responsible bidder
criteria list below. Further, the apparent low Bidder and second apparent low bidder must
complete and submit the Supplemental Responsible Bidder Criteria Form including the
information listed below to the City within no later than the close of five (5) business days
after bid opening. The City reserves the right to require such documentation from other
bidders also.
2. SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA
1. Criteria:
a. The Bidder must have successfully completed at least one (1) project of similar
scope and magnitude to the work described herein, within the five (5) years prior
to bid opening.
b. The Bidder’s project manager must have successfully completed the supervision
of at least three (3) projects of similar scope and magnitude to the work
described herein, within the ten (10) years prior to bid opening.
c. The Bidder’s superintendent must have successfully completed the supervision
of at least three (3) projects of similar scope and magnitude to the work
described herein, within the past ten (10) years prior to bid opening.
d. The Bidder’s foreman must have successfully completed the supervision of at
least three (3) projects of similar scope and magnitude to the work described
herein, within the ten (10) years prior to bid opening.
2. Definition of a Project of Similar Scope and Magnitude to the Work:
A “Project” with a similar scope and magnitude to the work is defined as one that meets
all of the following requirements:
1) Valued at a minimum of $2,000,000 in construction cost, either as a
standalone project or as part of a larger project and;
2) Construction of a minimum of 1,400 linear feet of ductile iron (DI) water
main with a diameter of 12 inches or greater and;
3) Installation of a complete public potable water distribution system—
including water mains, water services, fire hydrant assemblies, and pipe
appurtenances—as a replacement for the existing potable water distribution
system.
3. Documentation:
The Bidder must complete and submit the Supplemental Responsible Bidder Criteria
Form as provided in the bid documents within no later than the close of five (5)
business days after bid opening. The City may also use independent sources of
information that may be available to demonstrate whether the Bidder is in
compliance with the supplemental responsible bidder criteria.
4. Evaluation:
In evaluating whether the supplemental responsible bidder criteria are met, the City
may check references for the previous projects and may evaluate the project
owner’s assessment of the Bidder’s performance including but no limited to the
following areas.
a. Quality control.
b. Safety record.
c. Timelines of performance.
d. Use of skilled personnel.
e. Management of subcontractors.
f. Availability of and use of appropriate equipment.
g. Compliance with contract documents.
h. Management of submittal process, change orders, and close-out.
3. PROCEDURE
a. Additional Information
The City reserves the right to obtain information from third parties and independent
sources of information concerning a Bidder’s compliance with the supplemental
responsible bidder criteria and to use that information in their evaluation. The City
may consider mitigating factors in determining whether the Bidder complies with
the requirements of the supplemental responsible bidder criteria.
b. Appeal of Responsibility Decision.
If the City determines that the Bidder does not meet the supplemental responsible
bidder criteria above and is therefore not a responsible bidder, the City will notify
the Bidder in writing with the reasons for its determination. If the Bidder disagrees
with this determination. The Bidder may appeal to the City’s Project Manager for
this project by presenting additional information to the City’s Project Manager
within two (2) business days after receipt of the City’s determination. The City’s
Project Manager will consider the appeal and any additional information and will
issue a decision regarding the appeal. Saturday, Sunday, and City’s Holidays are not
counted as business days.
CAG-26-001
CITY OF RENTON
CALL FOR BIDS
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
Sealed bids will be received until 2:00 p.m. Wednesday, March 25, 2026, at the lobby of Renton
City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be
accepted. Sealed bids will be opened and publicly read via the Zoom video-conferencing web
application at 3:00 p.m. Wednesday, March 25, 2026 (60 minutes after published bid submittal
time). Any bids received after the published bid submittal time cannot be considered and will not
be accepted.
Please include bidder’s name, address, and the name of the project on the envelope
The bid opening meeting can be accessed via videoconference by clicking this link to join the
ZOOM meeting:
https://us06web.zoom.us/j/82746295265?pwd=VWjA0uEKB5bU6xxJb5ibTqQvrOMZWG.1
Using the Zoom app: Meeting ID: 827 4629 5265; Passcode: 116574
Via telephone by dialing: 12532158782,,82746295265#,,,,*116574#
Zoom is free to use and is available at https://zoom.us/
The Work shall be physically completed within 300 working days from the date of the Notice to
Proceed given by the Engineer. The Work under this contract shall include, but not be limited to:
Installation of approximately 5,400 linear feet of 6-inch to 16-inch restrained-joint ductile
iron water main and appurtenance, including 69 gate and butterfly valves, 8 fire hydrants,
35 water service lines, 34 connections to existing water mains, and the in-place
abandonment, removals and disposals of existing water system and asbestos cement
pipes.
Installation of approximately 1,600 linear feet of 8-inch to 18-inch storm pipes, along with
18 storm catch basins and manholes.
Restoration of surface conditions including asphalt trench patching, asphalt overlay, and
reconstruction of concrete curbs, gutters, and sidewalks.
Implementation of traffic control, erosion and sedimentation control measures, and
trench safety systems.
Other work as necessary to complete the project.
A non-mandatory pre-bid meeting will be held online via a Microsoft Team Meeting on
Monday, March 16, 2026, at 10:00 a.m. Pacific Time. Bidders are strongly urged to inspect all
areas of the work sites, prior to the non-mandatory pre-bidding meeting and/or prior to bidding to
familiarize with the nature of work. The purpose of the non-mandatory pre-bid meeting is to
review the scope of work, to provide for identification and discussion of potential concerns that
might arise during the administration of the Contract and/or seek clarification of technical or
procedural aspects of this Contract. There will be Q/A session during and at the end of the
meeting. The link to the Microsoft Team Meeting is as follows.
https://teams.microsoft.com/meet/24952894058931?p=vfs4hWnINTyaEwyV53
Meeting ID 249 528 940 589 31; Passcode: fT3LD9kM
Via Telephone by dialing: +1 425-655-2231,,271949195#
Phone conference ID: 271 949 195#
The estimated project cost is $8,000,000 to $9,000,000.
Plans, specifications, addenda, and the plan holders list for this project are available on-line
through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”;
“Posted Projects”, “Public Works”, “City of Renton”, “Project’s Bidding”. (Note: Bidders are
encouraged to “Register as a Bidder,” to receive automatic email notification of future addenda
and to be placed on the “Bidders List.”).
Bid documents will also be available at http://rentonwa.gov/bids/ under “Call for Bids.” The City
reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid
documents will be available on February 26, 2026.
Should you require further assistance, contact Builder Exchange of Washington at (425) 258-
1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents.
Women and Minority Business Enterprises (WMBE) are encouraged to bid.
Questions about the project shall be addressed to, Ken Srilofung, City of Renton, Public Works
Dept., (425) 430-7247 or ksrilofung@rentonwa.gov. Questions received less than 4 business
days prior to the date of sealed bid submittal may not be answered. The city will not be
responsible for other explanations or interpretations of the bid documents.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply.
Jason A. Seth, MMC, City Clerk
Published:
Daily Journal of Commerce February 26, 2026
Daily Journal of Commerce March 5, 2026
Daily Journal of Commerce March 12, 2026
Daily Journal of Commerce March 19, 2026
Public Works Department
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
Documents to be Submitted with Bid
PROPOSAL BID BOND FORM
DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE OF REGISTRATION
PROPOSAL & COMBINED AFFIDAVIT & CERTIFICATE FORM
SCHEDULE OF PRICES
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
SUBCONTRACTOR LIST
Proposal Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor]
____________________of [address] _______________________________________________________as Principal,
and [Surety] __________________________________________________________
a corporation duly organized under the laws of the State of ,
and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of
Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter
described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors,
administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its
sealed proposal for the following project, to wit:
Highlands Reservoir Water Main Improvements Project WTR-27-03888
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to
said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish
performance bond as required by the City of Renton within a period of ten (10) days from and after said award,
exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full
force and effect.
IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in
accordance with the terms of the Proposal and furnish a performance 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.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed
this day of , .
________________________________ ________________________________
[Principal] [Surety]
________________________________ ________________________________
[Signature of authorized official] [Signature of authorized official]
_____________________________ By:_____________________________
[Title] [Attorney-in-Fact]
________________________________
[Address]
________________________________
________________________________
________________________________
[Telephone Number]
Approved by the City Attorney on 6/03/13
This form must be submitted with the Bid Proposal.
Department of Labor and Industries
Certificate of Registration
Name on Registration: __________________________________________________
Registration Number: __________________________________________________
Expiration Date: __________________________________________________
Note: A copy of the certificate will be requested as part of contract execution when project is awarded.
This form must be submitted with the Bid Proposal.
Proposal - Page 1 of 2
CITY OF RENTON
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
Proposal & Combined Affidavit & Certificate Form
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read
and thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to
undertake and complete the work embraced in this improvement, or as much thereof as can be completed
with the money available, in accordance with the said plans, specifications, contract and schedule of prices.
The undersigned further certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person
not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on
the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from
bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
all claims for such over-charges as to goods and materials purchased in connection with this order or
contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid,
quotation, or other event establishing the price under this order or contract. In addition, vendor warrants
and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,
subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than the
minimum rate of wages as specified in the principal contract.
I have read the above and foregoing statements and certificate, know the contents thereof and the
substance as set forth therein is true to my knowledge and belief.
This form must be submitted with the Bid Proposal.
Proposal - Page 2 of 2
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
Name of Bidder's Firm
Printed Name:______________________________ Signature:_____________________________________
Address: __________________________________________________________________________________
Contact Name (please print): _________________________________________________________________
Phone:____________________________________ Email: _______________________________________
OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
Subscribed and sworn to before me on this _______ day of _________________, 20____
Notary Public in and for the State of Washington
Notary (Print)_________________________________
My appointment expires:________________________
Names of Members of Partnership:
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
BID SCHEDULE A - GENERAL
A01 Mobilization & Demobilization 1 _ _ _ _ _ _ _
LS Per LS
A02 1 _ _ _ _ _ _ _
LS Per LS
A03 1 _ _ _ _ _ _ _
LS Per LS
A04 200 _ _ _ _ _ _ _
HR Per HR
A05 Site Specific Potholing Up to 6-Foot in Depth 190 _ _ _ _ _ _ _
EA Per EA
A06 55 _ _ _ _ _ _ _
EA Per EA
A07 20 _ _ _ _ _ _ _
EA Per EA
A08 1 _ _ _ _ _ _ _
LS Per LS
A09 Construction Dewatering 1 _ _ _ _ _ _ _
LS Per LS
A10 Trench Excavation Safety System 1 _ _ _ _ _ _ _
LS Per LS
A11 Hot Mix Asphalt Overlay 2,650 _ _ _ _ _ _ _
TON Per TON
A12 Project Signage 2 _ _ _ _ _ _ _
EA Per EA
A13 Property Restoration 1 _ _ _ _ _ _ _
LS Per LS
A14 Remove and Replace Pavement Markings 1 _ _ _ _ _ _ _
LS Per LS
A15 Apprenticeship Incentive 1 $2,000.00 $2,000.00
CAL. Per CAL.
A16 Apprenticeship Penalty 1 $0.00 $0.00
CAL. Per CAL.
Construction Surveying, Staking, and As-Built
Drawings
ITEM WITH UNIT PRICED BID
Temporary Traffic Control
Uniformed Police Officer
Site Specific Potholing for Duct Banks or
Utilities Encased in Concrete Up to 8 Feet in
Depth
Site Specific Potholing Deeper than 6-Foot
Erosion and Water Pollution Prevention
Schedule of Prices Page 1 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
BID SCHEDULE B - STORMWATER AND ROADWAY
B01 Minor Changes 1 $100,000.00 $100,000.00
EST. Per EST.
B02 Sawcutting Asphalt Pavement 3,100 _ _ _ _ _ _ _
LF Per LF
B03 35 _ _ _ _ _ _ _
CY Per CY
B04 Crushed Surfacing Top Course (CSTC)280 _ _ _ _ _ _ _
TON Per TON
B05 Gravel Borrow for Backfill 1,160 _ _ _ _ _ _ _
TON Per TON
B06 920 _ _ _ _ _ _ _
TON Per TON
B07 Cement Concrete Sidewalk 85 _ _ _ _ _ _ _
SY Per SY
B08 Cement Concrete Curb and Gutter 145 _ _ _ _ _ _ _
LF Per LF
B09 100 _ _ _ _ _ _ _
TON Per TON
B10 Construction Geotextile for Separation 75 _ _ _ _ _ _ _
SY Per SY
B11 Abandon Existing Storm Structure 2 _ _ _ _ _ _ _
EA Per EA
B12 Remove Existing Storm Structure-Inlet 8 _ _ _ _ _ _ _
EA Per EA
B13 Remove Existing Storm Structure-Manhole 7 _ _ _ _ _ _ _
EA Per EA
Controlled Density Fill (CDF) -Pipe Abandonment
Subtotal Schedule A
10.5% Sale Tax
Total Schedule A
Removal and Replacement of Unsuitable
Foundation Materials
Permanent Asphalt Patch
Schedule of Prices Page 2 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
B14 Remove Existing Storm Pipe 1,010 _ _ _ _ _ _ _
LF Per LF
B15 1 _ _ _ _ _ _ _
FA Per FA
B16 10 _ _ _ _ _ _ _
EA Per EA
B17 7 _ _ _ _ _ _ _
EA Per EA
B18 8-inch Diam. SDR 35 PVC Storm Pipe 12 _ _ _ _ _ _ _
LF Per LF
B19 8-inch Diam. Ductile Iron Storm Pipe 165 _ _ _ _ _ _ _
LF Per LF
B20 12-inch Diam. Ductile Iron Storm Pipe 1,015 _ _ _ _ _ _ _
LF Per LF
B21 12-inch Diam. Polypropylene Storm Pipe 55 _ _ _ _ _ _ _
LF Per LF
B22 265 _ _ _ _ _ _ _
LF Per LF
B23 18-inch Diam. Ductile Iron Storm Pipe 42 _ _ _ _ _ _ _
LF Per LF
B24 Catch Basin Type 1 9 _ _ _ _ _ _ _
EA Per EA
B25 1
EA Per EA
B26 7 _ _ _ _ _ _ _
EA Per EA
B27 40 _ _ _ _ _ _ _
LF Per LF
B28 40 _ _ _ _ _ _ _
LF Per LF
B29 1,600
LF Per LF
B30 1 _ _ _ _ _ _ _
LS Per LS
Connect New Storm Pipe to Existing Storm
Structure
Removal of Unforeseen Obstructions and
Debris
6-inch Diam. Sanitary Side Sewer Pipe
Relocation (For Storm Conflict)
CCTV Inspection
Remove Existing Abandoned Traffic Detection
Wire Loops
18-inch Diam. Polypropylene Storm Pipe
Catch Basin Type 1L
48-inch Diam. Catch Basin Type 2
_ _ _ _ _ _ _
Connect Existing Storm Pipe to New Storm
Structure
4-inch Diam. Sanitary Side Sewer Pipe
Relocation (For Storm Conflict)
Schedule of Prices Page 3 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
B31 3,300 _ _ _ _ _ _ _
LF Per LF
B32 8 _ _ _ _ _ _ _
EA Per EA
B33 1 _ _ _ _ _ _ _
EA Per EA
B34 1 _ _ _ _ _ _ _
EA Per EA
B35 1
FA Per FA
BID SCHEDULE C - WATER
C01 1
Est. Per Est.
C02 1 _ _ _ _ _ _ _
LS Per LS
C03 10,500 _ _ _ _ _ _ _
LF Per LF
C04 200 _ _ _ _ _ _ _
LF Per LF
C05 Controlled Density Fill (CDF)-Pipe Abandonment 30 _ _ _ _ _ _ _
CY Per CY
C06 Crushed Surfacing Top Course (CSTC)1,250 _ _ _ _ _ _ _
TON Per TON
C07 8,150 _ _ _ _ _ _ _
TON Per TON
C08 Asphalt Treated Base 155 _ _ _ _ _ _ _
TON Per TON
C09 Permanent Asphalt Patch 2,280 _ _ _ _ _ _ _
TON Per TON
C10 20 _ _ _ _ _ _ _
SY Per SY
C11 Cement Concrete Sidewalk 145 _ _ _ _ _ _ _
SY Per SY
Permits
Cement Concrete Driveway
Sawcutting Asphalt Pavement
Gravel Borrow for Backfill
Resolution of Utility Conflicts for Proposed
Storm System
Connection 3-inch Diam Schedule 80 PVC
Conduit to Existing Vault
Minor Changes
3-inch Diam. Schedule 80 PVC Conduit
Small Cable Vault
Locking LID STD. Duty J-Box Type 2
$100,000.00 $100,000.00
$300,000.00 $300,000.00
Asbestos Cement (AC) Pipe Removal
Total Schedule B
Schedule of Prices Page 4 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
C12 Cement Concrete Curb and Gutter 195 _ _ _ _ _ _ _
LF Per LF
C13 150 _ _ _ _ _ _ _
TON Per TON
C14 Construction Geotextile for Separation 300 _ _ _ _ _ _ _
SY Per SY
C15 Removal of Unforeseen Obstructions and Debris 1 _ _ _ _ _ _ _
FA Per FA
C16 CLSM Encasement 10 _ _ _ _ _ _ _
CY Per CY
C17 Survey Monument Replacement 7 _ _ _ _ _ _ _
EA Per EA
C18 Removal of Existing Fire Hydrant 7 _ _ _ _ _ _ _
EA Per EA
C19 Abandon Existing Gate Valves 46 _ _ _ _ _ _ _
EA Per EA
C20 Abandon Existing Water Main 1 _ _ _ _ _ _ _
LS Per LS
C21 Cut, Cap, and Block Existing Water Mains 2 _ _ _ _ _ _ _
EA Per EA
C22 515 _ _ _ _ _ _ _
LF Per LF
C23 120 _ _ _ _ _ _ _
LF Per LF
C24 4,170 _ _ _ _ _ _ _
LF Per LF
C25 480 _ _ _ _ _ _ _
LF Per LF
C26 210 _ _ _ _ _ _ _
CY Per CY
C27 4-inch Diam. Gate Valve Assembly 1 _ _ _ _ _ _ _
EA Per EA
C28 6-inch Diam. Gate Valve Assembly 2 _ _ _ _ _ _ _
EA Per EA
8-inch Diam. Ductile Iron Class 52 Restrained Joint
Water Pipe & Restrained Joint Fittings w/Polywrap
Removal and Replacement of Unsuitable Foundation
Materials
10-inch Diam. Ductile Iron Class 52 Restrained Joint
Water Pipe & Restrained Joint Fittings with Polywrap
12-inch Diam. Ductile Iron Class 52 Restrained Joint
Water Pipe & Restrained Joint Fittings with Polywrap
16-inch Diam. Ductile Iron Class 52 Restrained Joint
Water Pipe & Restrained Joint Fittings with Polywrap
Concrete for Concrete Blocking and Straddle Thrust
Blocking and Tie Rod
Schedule of Prices Page 5 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
C29 8-inch Diam. Gate Valve Assembly 11 _ _ _ _ _ _ _
EA Per EA
C30 10-inch Diam. Gate Valve Assembly 4 _ _ _ _ _ _ _
EA Per EA
C31 12-inch Diam. Gate Valve Assembly 35 _ _ _ _ _ _ _
EA Per EA
C32 16-inch Diam. Butterfly Valve Assembly 8 _ _ _ _ _ _ _
EA Per EA
C33 Fire Hydrant Assembly 8 _ _ _ _ _ _ _
EA Per EA
C34 1 _ _ _ _ _ _ _
EA Per EA
C35 2-inch Blow Off Assembly-Permanent 2 _ _ _ _ _ _ _
EA Per EA
C36 1-inch Diam. Water Service Connection 26 _ _ _ _ _ _ _
EA Per EA
C37 1.5-inch Diam. Water Service Connection 8 _ _ _ _ _ _ _
EA Per EA
C38 2-inch Diam. Water Service Connection 1 _ _ _ _ _ _ _
EA Per EA
C39 1 _ _ _ _ _ _ _
EA Per EA
C40 2 _ _ _ _ _ _ _
EA Per EA
C41 1 _ _ _ _ _ _ _
EA Per EA
C42 1 _ _ _ _ _ _ _
EA Per EA
C43 Connection A to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C44 Connection B to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C45 Connection C to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
Connection to Existing 8-inch Diam. Sprinkler
Water Service Line
Connection to Existing 6-inch Diam. of Fire Hydrant
Main Line
1-inch Diam. Air and Vacuum Release Valve
Assembly
Connection to Existing 6-inch Diam. Sprinkler Water
Service Line
Connection to Existing 4-inch Diam. Sprinkler Water
Service Line
Schedule of Prices Page 6 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
C46 Connection D to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C47 Connection E to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C48 Connection F to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C49 Connection G to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C50 Connection H to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C51 Connection I to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C52 Connection O to Existing 8-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C53 Connection J to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C54 Connection K to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C55 Connection L to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C56 Connection M to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C57 Connection N to Existing 10-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C58 Connection P to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C59 Connection Q to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C60 Connection R to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C61 Connection S to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C62 Connection T to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
Schedule of Prices Page 7 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
C63 Connection U to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C64 Connection V to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C65 Connection W to Existing 12-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C66 Connection X to Existing 16-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C67 Connection Y to Existing 16-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C68 Connection Z to Existing 16-inch Diam. Water Main 1 _ _ _ _ _ _ _
EA Per EA
C69 1 _ _ _ _ _ _ _
EA Per EA
C70 1 _ _ _ _ _ _ _
EA Per EA
C71 Connections to Existing 12"x 8" DI Cross 1 _ _ _ _ _ _ _
EA Per EA
C72 60 _ _ _ _ _ _ _
LF Per LF
C73 80 _ _ _ _ _ _ _
LF Per LF
C74 11 _ _ _ _ _ _ _
EA Per EA
C75 Adjust Existing Manhole Cover to Finished Grade 37 _ _ _ _ _ _ _
EA Per EA
C76 19 _ _ _ _ _ _ _
EA Per EA
C77 1
FA Per FA
C78 Additional Ductile Iron Fittings 8,000 _ _ _ _ _ _ _
LB Per LB
6-inch Diam. Sanitary Side Sewer Pipe Relocation
(For Water Conflict)
$250,000.00 $250,000.00
4-inch Diam. Sanitary Side Sewer Pipe Relocation
(For Water Conflict)
Adjust Existing Water Valve Box Cover to
Finished Grade
Adjust Existing Gas Valve Box Cover to
Finished Grade
Resolution of Utility Conflicts for Proposed
Water System
Connection AA to Existing 16-inch Diam. Water Main
Connection AB to Existing 16-inch Diam. Water Main
Schedule of Prices Page 8 of 9
CITY OF RENTON
SCHEDULE OF PRICES
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
*Note: Show UNIT PRICE and TOTAL AMOUNT in FIGURES only.
ITEM APPROX. UNIT PRICE* TOTAL AMOUNT*
NO. QUANTITY Dollars Cents Dollars Cents
ITEM WITH UNIT PRICED BID
Summary
$
$
$
$
Note: Determination of low bidder will be based solely on the "Total Bid Amount"
Total Bid Amount, Schedule A, B, and C = $
Total Schedule A brought forward =
Total Schedule B brought forward =
Total Schedule C brought forward =
Subtotal Schedule C
10.5% Sale Tax
Total Schedule C
Schedule of Prices Page 9 of 9
CITY OF RENTON
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
By signing below, Bidder acknowledges receipt and understanding of the following Addenda:
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
NO._______ DATE:________________________
SIGNED:_________________________________________________
TITLE:_________________________________________________
NAME OF COMPANY:_________________________________________________
ADDRESS:_________________________________________________
CITY/ STATE/ ZIP:_________________________________________________
TELEPHONE:_________________________________________________
This form must be submitted with the Bid Proposal.
Template updated 2-12-19
This form must be submitted with the Bid Proposal .
Certification of Compliance with Wage Payment Statutes
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision
of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of
assessment issued by the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
Bidder’s Business Name
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co-partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate
officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.
SUBCONTRACTOR LIST
To Be Submitted with the Bid Proposal
In accordance with RCW 39.30-060 as amended by House Bill 1633:
For all public works contracts exceeding $1,000,000 the bidder shall submit with the bid the names of the
licensed subcontractors and proof of license with whom the bidder, if awarded the contract, will
subcontract for the following work or to name itself for the work, if it is licensed to perform the work for
which it has named itself.:
• All structural steel installation, rebar installation, heating, ventilation and air conditioning, and
plumbing work as described in chapter 18.106 RCW, and electrical work as described in chapter 19.28
RCW (this also includes the control system integrator subcontractor as well as other electrical
subcontractors) shall be submitted as part of the bid.
*Note: Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit,
junction boxes, etc., are considered electrical equipment and therefore considered part of electrical work,
even if the installation is for future use and no wiring or electrical current is connected.
If the work does not apply to this contract, check the box “Not Appl icable”. If the work will be self-
performed by the bidder, check the box “Self-Performed”.
If the subcontractors’ names are not submitted with the bid OR if two or more subcontractors are
named to perform the same work, the bid shall be considered nonresponsive and, therefore, void.
If subcontractors vary with bid alternates, please complete a separate form indicating which
subcontractors will be used for which bid alternate.
Complete the following:
If awarded the contract, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing,
electrical (including automatic controls) work, structural steel installation, and rebar installation:
The following list of subcontracts is due with the bid. Errors identified by the contracting agency in the
proof of license information must be corrected by the bidder within 48 hours of bid submission.
Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐
Subcontractors Name Self-Performed ☐
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Page 2
SUBCONTRACTOR LIST
To Be Submitted with the Bid Proposal
Category of Work Plumbing (per RCW 18.106) Not Applicable ☐
Subcontractors Name Self-Performed ☐
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Electrical (per RCW 19.28) *See Note Above *See Note Above ☐
Subcontractors Name Self-Performed ☐
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Structural Steel Not Applicable ☐
Subcontractors Name Self-Performed ☐
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Rebar Installation Not Applicable ☐
Subcontractors Name Self-Performed ☐
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
Category of Work Not Applicable ☐
Subcontractors Name Self-Performed ☐
Address
Phone No. Contractor's WA License No.
Bid Item Numbers
Description of Work
SUPPLEMENTAL RESPONSIBLE BIDDER CRITERIA FORM
PROJECT NAME: Highlands Reservoir Water Main Improvements Project, WTR-27-03888
CONTRACTOR’S
COMPANY NAME:
DATE:
ADRESSS: TELEPHONE:
The bidder must document that the bidder meets the supplemental responsible bidder criteria.
The bidder should provide additional sheet to fully describe referenced projects and
experiences.
1. The Supplemental Responsible Bidder Criteria states that the Bidder must have
successfully completed at least one (1) project of similar scope and magnitude to the
work within the five (5) years prior to bid opening. List the projects that show that the
Bidder meets these requirements.
Furnish references for information concerning all work listed above.
Project Name Year Owner Location Construction Cost Value ($)
Name Title Phone Number Email Address
This form must be submitted by Apparent Low Bidder and
Second Apparent Low Bidder within 5 Business Days after Bid Opening
2. The Supplemental Responsible Bidder Criteria states that Bidder’s project manager
must have successfully completed the supervision of at least three (3) projects of similar
scope and magnitude to the work within the ten (10) years prior to bid opening. List the
project manager’s name and projects that show that he or she meets these
requirements.
Name:
Furnish references for information concerning all work listed above.
3. The Supplemental Responsible Bidder Criteria states that Bidder’s superintendent must
have successfully completed the supervision of at least three (3) projects of similar
scope and magnitude to the work within the past ten (10) years prior to bid opening.
List the superintendent’s name and projects that show that he or she meets these
requirements.
Name:
Project Name Year Owner Location Construction Cost Value ($)
Name Tittle Phone Number Email Address
Project Name Year Owner Location Construction Cost Value ($)
Furnish references for information concerning all work listed above.
4. The Supplemental Responsible Bidder Criteria states that Bidder’s foreman must have
successfully completed the supervision at least three (3) projects of similar scope and
magnitude to the work within the ten (10) years prior to bid opening. List the foreman’s
name and projects that show that he or she meets these requirements.
Name:
Furnish references for information concerning all work listed above.
5. Name and title of the person filing out the form.
NAME: TITLE:
Name Tittle Phone Number Email Address
Project Name Year Owner Location Construction Cost Value ($)
Name Tittle Phone Number Email Address
14-CONTRACT SECTION-highlands R. Water M.
Highlands Reservoir Water Main Improvements Project
WTR-27-03888
Documents to be Submitted after Notice of Award
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days including Certificate of Liability Insurance following the Notice of Award.
Contract Bond to the City of Renton
Fair Practices Policy Affidavit of Compliance
Agreement
Retainage Selection and Retainage Bond
Highlands Réservoir Water Main Improvements Project Page 1 of 2 Contract Bond to the CITY of Renton
WTR-27-03888 03/08/2022 F clb
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________
of [address]________________________________________________ as PRINCIPAL , and
(SURETY)_________________________________________ a corporation organized and existing under
the laws of the State of ________________________ as a SURETY corporation, and qualified under the
laws of the State of Washington to become SURETY upon bonds of contractors with municipal
corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton
(CITY/OWNER) in the sum of ________________________________________________ US Dollars
($_____________________) Total Contract Amount, for the payment of which sum on demand we bind
ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as
the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the
ordinances of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 2026.
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-26-001 providing for construction of the Highlands
Reservoir Water Main Improvements Project WTR-27-03888; the PRINCIPAL has accepted, or is about
to accept, the Contract, and undertake to perform the Work therein provided for in the manner and
within the time set forth.
• The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and
assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such
payments for labor, equipment, and materials by satisfying all claims and demands incurred under
the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in
making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from
the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors material persons, and all persons who shall supply such
contractor or subcontractors with provisions and supplies for the carrying on of such work; and,
against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs,
executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower
tier subcontractors of the PRINCIPAL) to faithfully perform the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond.
SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work to be performed thereunder and agrees that
modifications and changes to the terms and conditions of the Contract that increase the total amount
to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract
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
Highlands Réservoir Water Main Improvements Project Page 2 of 2 Contract Bond to the CITY of Renton
WTR-27-03888 03/08/2022 F clb
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
• Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the
manner and within the time specified as may be extended under the Contract;
• Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the
sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material
suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on
of such work under the Contract;
• Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and
51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82
RCW or any other law;
• Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized
representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’
duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed
and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETY Company:
Telephone:
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-03888 - Highlands 435 Zone Mains-PHASE I\50.1 Re-Design\Front End
Specifications\16-Affidavit-Fair Practices-Final 2011
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
_______________________________________________________ hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran’s status.
II. The above-named contractor/subcontractor/consultant complies with all applicable federal,
state and local laws governing non-discrimination in employment.
III. When applicable, the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative’s Name
Print Agent/Representative’s Title
Agent/Representative’s Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
AGREEMENT
CONTRACT NO. 26-001
THIS AGREEMENT, made and entered into this _____ day of ______, 2026 by and between the CITY OF RENTON,
Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and
_________________, hereinafter referred to as "Contractor."
Now, therefore the parties agree as follows:
1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2025 Standard
Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of
Transportation and the Washington State Chapter of the American Public Works Association, including all published
amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the
Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments
to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the
City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract
Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions
included with the City’s Call for Bids and Contract Documents.
2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project
entitled HIGHLANDS RESERVOIR WATER MAIN IMPROVEMENTS PROJECT, WTR-27-03888, including all changes to
the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the
Special Provisions.
3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the
Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount
not to exceed $_________________, unless modified by an approved change order or addendum. The payments to
Contractor include the costs for all labor, tools, materials and equipment for the Work.
4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this
Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under
this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all
engineering inspection and supervision costs to City as specified in the Contract Bid Documents.
5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be
entitled to recover its costs, including reasonable attorney's and expert witness fees.
6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as
expressly provided in this Agreement.
7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for
all purposes be deemed an original.
Highlands Réservoir Water Main Improvements Project
WTR-27-03888
[Enter Agreement Name]
[Enter Date]
Contract Template Updated 12/29/2017
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and
the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR:
CITY OF RENTON:
President/Partner/Owner Armando Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation
STATE OF INCORPORATION: [Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:
CITY CONTACT INFORMATION:
Adress Line 1 City of Renton
Address Line 2 1055 South Grady Way
City, State and Zip Renton, WA. 98057
[Enter Phone Number] Water Utility, Ken Srilofung, 425-430-7247
[Enter Fax Number or Email Address] ksrilofung@rentonwa.gov Fax: 425-430-7241
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the
contract. OR, if one signature is permitted by corporation by -laws, a copy of the by-laws shall be furnished to the City and made a
part of the contract document.
If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and fi rm or
trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title.
CITY OF RENTON
Highlands Reservoir Water Main Station Improvements Project
WTR-27-03888
RETAINAGE SELECTION AND RETAINTAGE BOND
Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the
monies earned by the Contractor will be retained from progress estimates. The retainage will be used
as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims
of any person arising under the Contract.
Retainage shall be placed in a fund held by the City (non-interest bearing), unless the Contractor
selects a one of the options listed below and completes all arrangements needed for that option to the
satisfaction of the City.
Other retainage fund options:
__ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or
savings and loan association. Deposits will be in the name of the City and are not allowed to be
withdrawn without the City’s written authorization, or
__ 2. The City, at its’ option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be
used, and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and
approval.
Release of the Retainage will be made 60 days following the Completion Date provided the conditions
in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met.
SIGNED:_________________________________________________
PRINT NAME:_________________________________________________
COMPANY:_________________________________________________
DATE:_________________________________________________
24a-State Prevailing Wages Reference\
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract, which is
located in _King_ County, may be found at the following website address of the Department of Labor
and Industries: https://secure.lni.wa.gov/wagelookup/
Check with the Department of Labor and Industries for any questions regarding Prevailing Wage
Rates, and for a copy of all trade classifications.
Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages
for this project is March 2026.
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington.
Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project.
The Statee of Washinton “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages
Paid-Public Works Contract” may be filed online with the Department of Labor and Industries.
FINAL CONTRACT VOUCHER CERTIFICATE
Contractor
Street Address
City
State
Zip
Date
City Contract Number
City Project Number
Federal-Aid Number (if applicable)
Contract Title
Date Work Physically Complete
Final Amount
CONTRACTOR’S CERTIFICATION
I, The undersigned, having first been duly sworn, certify that I am authorized to sign for the claimant; that in connection w ith the work
performed and to the best of my knowledge no loan, gratuity or gift in any form whatsoever has been extended to any employee of
the City of Renton nor have I rented or purchased any equipment or materials from any employee of the City of Renton; I furth er
certify that the attached final pay estimate is a true and correct statement showing all the monies due to me from the City of Renton
for work performed and material furnished under this contract; that I have carefully examined said final pay estimate and understand
the same and that I release the City of Renton from any and all claims of whatsoever nature which I may have, arising out of the
performance of said contract, which are not set forth in said estimate.
Contractor Authorized Signature (Required)
Printed Signature Name
Subscribed and sworn to before me this _________________________________ day of _________________________ 20_________
________________________________________________Notary Public in and for the State of ___
residing at ________________________________________________________
CITY OF RENTON CERTIFICATION
I, certify the attached final pay estimate to be based upon actual measurements, and to be true and correct.
Project Manager Signature Public Works Dept., Section Manager Approved Date
Contractor’s claims, if any, must be included and the Contractor’s Certification must be labeled indicating a claim is attached.
TO BE SUBMITTED WITH REQUEST FOR FINAL PAY ESTIMATE
21 City of Renton Special Provisions\
CITY OF RENTON
SPECIAL PROVISIONS
02/19/2026
i
Table of Contents
DIVISION 1 GENERAL REQUIREMENTS .....................................................................2
1-01 DEFINITIONS AND TERMS ......................................................................................2
1-02 BID PROCEDURES AND CONDITIONS .................................................................5
1-02.1 Prequalification of Bidders ...................................................................................... 5
1-02.2 Plans and Specifications .......................................................................................... 5
1-02.4(1) General ................................................................................................................. 5
1-02.5 Proposal Forms ........................................................................................................ 6
1-02.6 Preparation of Proposal .......................................................................................... 6
1-02.7 Bid Deposit............................................................................................................... 8
1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order ............................................... 9
1-02.9 Delivery of Proposal ................................................................................................ 9
1-02.10 Withdrawing, Revising, or Supplementing Proposal ............................................. 9
1-02.12 Public Opening of Proposals ............................................................................... 10
1-02.13 Irregular Proposals .............................................................................................. 10
1-02.14 Disqualification of Bidders ................................................................................... 11
1-02.15 Pre-Award Information ........................................................................................ 13
1-03 AWARD AND EXECUTION OF CONTRACT ........................................................13
1-03.1 Consideration of bids ............................................................................................. 13
1-03.2 Award of Contract .................................................................................................. 14
1-03.3 Execution of Contract ............................................................................................ 14
1-03.4 Contract Bond ........................................................................................................ 16
1-03.7 Judicial Review ...................................................................................................... 16
1-04 SCOPE OF WORK .....................................................................................................17
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda ........................................................................................................................ 17
1-04.6 Variation in Estimated Quantities .......................................................................... 17
1-04.7 Differing Site Conditions (Changed Conditions) ..................................................... 18
1-04.8 Progress Estimates and Payments ......................................................................... 22
1-04.11 Final Cleanup ....................................................................................................... 22
1-04.12 Contractor-Discovered Discrepancies ................................................................. 22
1-05 CONTROL OF WORK ...............................................................................................23
02/19/2026
ii
1-05.4 Conformity with and Deviation from Plans and Stakes ......................................... 23
1-05.7 Removal of Defective and/or Unauthorized Work ................................................. 25
1-05.10 Guarantees ........................................................................................................... 26
1-05.11 Final Inspection ................................................................................................... 27
1-05.12 Final Acceptance ................................................................................................. 29
1-05.13 Superintendents, Labor and Equipment of Contractor ........................................ 29
1-05.14 Cooperation with Other Contractors ................................................................... 29
1-05.15 Method of Serving Notices ................................................................................... 30
1-05.16 Water and Power .................................................................................................. 30
1-05.17 Oral Agreements .................................................................................................. 30
1-05.18 Contractor's Daily Diary ..................................................................................... 31
1-06 CONTROL OF MATERIAL ......................................................................................32
1-06.1 Approval of Materials Prior to Use ....................................................................... 32
Section ................................................................................................................................. 35
Description .......................................................................................................................... 35
Required Submittal Date ..................................................................................................... 35
1-06.1(4) Fabrication Inspection Expense .......................................................................... 38
1-06.6 Recycled Materials................................................................................................. 38
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .................39
1-07.1 Laws to be Observed. ............................................................................................. 39
1-07.2 State Tax ................................................................................................................. 39
1-07.4 Sanitation ................................................................................................................. 41
1-07.6 Permits and Licenses ............................................................................................. 41
1-07.9 Wages ..................................................................................................................... 43
1-07.9(3) Apprentices .......................................................................................................... 43
1-07.11 Requirements for Non-Discrimination ................................................................. 47
1-07.13 Contractor’s Responsibility for Work ................................................................... 47
1-07.15 Temporary Water Pollution Prevention ............................................................... 48
1-07.16 Protection and Restoration of Property ............................................................... 51
1-07.17 Utilities and Similar Facilities ............................................................................. 52
1-07.18 Public Liability and Property Damage Insurance ............................................... 58
1-07.22 Use of Explosives ................................................................................................. 62
1-07.23 Public Convenience and Safety ............................................................................ 63
02/19/2026
iii
1-07.24 Rights-of-Way ....................................................................................................... 65
1-07.29 Confined Space Entry .......................................................................................... 66
1-08 PROSECUTION AND PROGRESS ..........................................................................67
1-08.0 Preliminary Matters ............................................................................................... 67
1-08.1 Subcontracting ....................................................................................................... 70
1-08.3 Progress Schedule .................................................................................................. 70
1-08.4 Prosecution of the Work ......................................................................................... 72
1-08.4(a) Phasing and Sequencing of Work ........................................................................ 73
1-08.5 Time for Completion .............................................................................................. 76
1-08.6 Suspension of Work ................................................................................................ 77
1-08.7 Maintenance During Suspension ........................................................................... 78
1-08.9 Liquidated Damages .............................................................................................. 78
1-08.11 Contractor's Plant and Equipment ....................................................................... 79
1-08.12 Attention to Work.................................................................................................. 79
1-09 MEASUREMENT AND PAYMENT .........................................................................79
1-09.1 Measurement of Quantities .................................................................................... 79
1-09.3 Scope of Payment ................................................................................................... 81
1-09.6 Force Account ........................................................................................................ 81
1-09.7 Mobilization ........................................................................................................... 82
1-09.9 Payments ................................................................................................................ 82
1-09.11 Disputes and Claims ............................................................................................ 87
1-09.13 Claims and Resolutions........................................................................................ 88
1-09.14 Payment Schedule ................................................................................................ 90
1-10 TEMPORARY TRAFFIC CONTROL ...................................................................139
1-10.1 General ................................................................................................................ 139
1-10.3 Traffic Control Labor, Procedures, and Devices ................................................. 147
1-10.4 Measurement ........................................................................................................ 152
1-10.5 Payment................................................................................................................ 152
1-11 RENTON SURVEYING STANDARDS ..................................................................153
1-11.2 Materials .............................................................................................................. 157
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ...................................158
2-01.1 Description ........................................................................................................... 158
2-01.2 Disposal of Usable Material and Debris ............................................................. 158
02/19/2026
iv
2-01.3(4) Roadside Cleanup ............................................................................................. 158
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS .......................................159
2-03 ROADWAY EXCAVATION AND EMBANKMENT .............................................161
2-04 HAUL ..........................................................................................................................163
2-05 CONTAMINATED SOIL AND GROUND WATER ..............................................163
2-05.1 Description ........................................................................................................... 164
2-05.2 Vacant ................................................................................................................... 164
2-05.3 Construction Requirements .................................................................................. 164
2-06 SUBGRADE PREPARATION .................................................................................164
2-06.2 Subgrade to be Incidental. .................................................................................. 164
2-09 STRUCTURE EXCAVATION .................................................................................165
2-09.1 Description ........................................................................................................... 165
DIVISION 4 BASES ..........................................................................................................167
4-05ASPHALT TREATED BASE (ATB) ...........................................................................167
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .....................................171
5-04 HOT MIX ASPHALT ................................................................................................171
5-04.1 Description ........................................................................................................... 171
5-04.2 Materials .............................................................................................................. 171
5-04.3 Construction Requirements .................................................................................. 174
5-04.4 Measurement ........................................................................................................ 200
5-04.5 Payment................................................................................................................ 201
5-05 CEMENT CONCRETE PAVEMENT .....................................................................201
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA .....................................202
5-06.1 Description ........................................................................................................... 202
5-06.2 Materials .............................................................................................................. 202
5-06.3 Construction Requirements .................................................................................. 203
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, WATER MAINS, AND
CONDUITS ..........................................................................................................................204
7-00 General .......................................................................................................................204
7-04 STORM SEWERS .....................................................................................................204
7-04.2 Materials .............................................................................................................. 204
7-05 MANHOLES, INLETS, AND CATCH BASINS ....................................................208
7-05.3 Construction Requirements .................................................................................. 208
02/19/2026
v
7-06 CONSTRUCTION DEWATERING ........................................................................ 211
7-06.1 Description ............................................................................................................ 211
7-06.2 Construction Requirements .................................................................................. 214
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.......................................216
7-08.3 Construction Requirements .................................................................................. 216
7--09 WATER MAINS .......................................................................................................222
7-12 VALVES FOR WATER MAINS ...............................................................................237
7-12.3 Construction Requirements .................................................................................... 237
7-14 HYDRANTS ...............................................................................................................238
7-15 SERVICE CONNECTIONS .....................................................................................240
7-15.3 Construction Requirements .................................................................................. 240
7-17 SANITARY SEWERS ...............................................................................................241
7-17.2 Materials .............................................................................................................. 241
7-17.3 Construction Requirements .................................................................................. 242
7-18 SIDE SEWERS ..........................................................................................................244
7-18.1 Description ........................................................................................................... 244
7-18.2 Materials .............................................................................................................. 245
7-18.3(6) Sanitary Side Sewer Relocations ..................................................................... 245
DIVISION 8 MISSCELLEOUS CONSTRUCTION ......................................................247
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL .......................247
8-02 ROADSIDE RESTORATION ..................................................................................248
8-03 IRRIGATION SYSTEM ...........................................................................................253
8-03.3 Construction Requirements .................................................................................. 253
8-03.3(1) General Requirements ..................................................................................... 253
8-05 PRE-CONSTRUCTION PHOTOGRAPHS ...........................................................253
8-05.1 Materials .............................................................................................................. 253
8-05.2 Construction Requirements .................................................................................. 253
8-05.3 Payment.................................................................................................................. 254
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ............................................254
8-06.1 Description ........................................................................................................... 254
8-06.5 Payment ............................................................................................................... 254
8-12 CHAIN LINK FENCE AND WIRE FENCE ..........................................................255
8-12.1 Description ........................................................................................................... 255
02/19/2026
vi
8-12.2 Materials .............................................................................................................. 255
8-12.3 Construction Requirements .................................................................................... 256
8-12.4 Measurement .......................................................................................................... 258
8-12.5 Payment.................................................................................................................. 258
8-13 MONUMENT CASES ...............................................................................................258
8-13.1 Description ........................................................................................................... 258
8-13.3 Construction Requirements .................................................................................. 258
8.13.3(2) Adjust Monument Case and Cover .................................................................... 259
8-13.3(2)C Re-establishment of Disturbed Monument ..................................................... 259
8-14 CEMENT CONCRETE SIDEWALKS ...................................................................260
8-14.3 Construction Requirements .................................................................................... 260
8-18.3 Construction Requirements .................................................................................. 261
8-19 ADJUST GAS VALVE BOXES ................................................................................261
8-19.1 Description ........................................................................................................... 261
8-19.2 Construction Requirements .................................................................................. 261
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT,
TRANSPORTATION SYSTEMS, AND ELECTRICAL .................................................262
8-20.1 Description ........................................................................................................... 262
8-20.4 Measurement ........................................................................................................ 266
8-20.5 Payment.................................................................................................................. 266
8--22 PAVEMENT MARKING .........................................................................................267
8-22.1 Description ............................................................................................................. 267
8-22.2 Materials ................................................................................................................ 268
8-22.3 Construction Requirements .................................................................................... 268
8-22.3(6) Removal of Pavement Markings ........................................................................ 269
8-22.4 Measurement .......................................................................................................... 269
8—23 TEMPORARY PAVEMENT MARKINGS ..........................................................269
8—32 PROJECT SIGNAGE ............................................................................................270
DIVISION 9 MATERIALS ...............................................................................................272
9-03 AGGREGATES .........................................................................................................272
9-03.8 Aggregates for Hot Mix Asphalt .......................................................................... 272
9-03.22 Controlled Density Fill (Pipe Abandonment) ...................................................... 273
Materials ........................................................................................................................... 273
02/19/2026
vii
Construction Requirements ............................................................................................... 273
Measurement ..................................................................................................................... 274
Payment ............................................................................................................................. 274
9-03.22(A) Cement-based Grout for Abandoning Existing Utilities ............................... 274
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ............................275
9-05.50(2) Manholes ....................................................................................................... 275
9-05.52 Dense Foam Pad ................................................................................................ 275
9-14 EROSION CONTROL AND ROADSIDE PLANTING ........................................276
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ...............................279
9-23.9 Fly Ash (RC) ........................................................................................................ 279
9-29 ILLUMINATION, SIGNAL, ELECTRICAL .........................................................279
9-29.1(6) Detectable Underground Warning Tape ............................................................ 279
9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes ....................................................... 279
9-29.2(1)A Standard Duty Junction Boxes ........................................................................ 279
9-29.2(1)A1 Concrete Junction Boxes ............................................................................... 280
9-29.2(2) Small Cable Vaults and Pull Boxes ................................................................... 280
9-30 WATER DISTRIBUTION MATERIALS ...............................................................281
9-30.1 Pipe ...................................................................................................................... 281
9-30.2 Fittings ................................................................................................................. 282
9-30.3 Valves ................................................................................................................... 288
9-30.5 Hydrants ............................................................................................................... 291
9-30.6 Water Service Connections (2 Inches and Smaller) ............................................. 292
02/19/2026
1
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 the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) 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 Special Provisions are labeled without a date as such:
(Project Special Provisions, PSP)
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently
adopted edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
• City of Renton Design Manuals and Construction Standard Plans, City of Renton Public
Works Department, Current Edition
• Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition
Contractor shall obtain copies of these publications, at Contractor’s own expense.
02/19/2026
2
DIVISION 1 GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
1-01.1 General
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 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.
02/19/2026
3
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.
Notice of Award
02/19/2026
4
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.
02/19/2026
5
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
(Project Special Provisions, PSP)
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) and supplemental criteria authorized under RCW
39.04.350 to be considered a responsible bidder and qualified to be awarded a public works
project.
1-02.2 Plans and Specifications
(July 27, 2011 APWA GSP)
Delete this Section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the Call
for Bids (Advertisement for Bids) for the Work.
After award of the Contract, Plans and Specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11” x 17”)
and contract provisions
4 Furnished automatically
upon award
Large Plans (22” x 34”) 4 Furnished only upon
request
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of
the cost stated in the Call for Bids.
1-02.4(1) General
(December 30, 2022 APWA GSP, Option B)
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is
revised to read:
Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by close of business 4 business days
02/19/2026
6
preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their Bids.
Section 1-02.4(1) is supplemented with the following:
(Feb 3, 2025, Renton GSP)
Questions received in less than 4 days prior to the date of sealed bid submittal may not be
answered. The City will not be responsible for other explanations or interpretations of the
bid documents.
1-02.4(2) Subsurface Information
(Project Special Provisions, PSP)
Section 1-02.4(2) is supplemented with the following:
The Engineering Geology and Geologic Hazards Review and Supplement Engineering Geology
Evaluation Technical Memorandum were prepared for the project. The findings and
recommendations are summarized in the memorandums which is made available for the
bidders’ convenience but is not a part of the contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this Section and replace it with the following:
At the request of the bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the Work. It will also
list estimated quantities, units of measurement, the items of Work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda;
the bidder’s name, address, telephone number, and signature; and a State of Washington
Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink
by hand, preferably in black ink. The required certifications are included as part of the
proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
1-02.6 Preparation of Proposal
(April 22, 2025 APWA GSP, Option B)
02/19/2026
7
The first sentence of the second paragraph is revised to read as follows:
All price shall in legible figures (not words) written in ink or typed and expressed in
U.S. dollars.
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 it 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.
Subcontractor’s List
(Project Special Provisions, PSP)
The fourth paragraph of Section 1-02.6 is revised to read:
For all public works contracting exceeding $1,000,000, the Bidder shall submit with the
Bid the completed Subcontractor List Form included in the Contracting Agency Proposal
Package containing 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 and the proof of
license when required 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.
02/19/2026
8
*Bidders are notified that it is the opinion of the enforcement agency that PVC or metal
conduit, junction boxes, etc., are considered electrical equipment and therefore considered
part of electrical work, even if the installation is for future use and no wire or electrical
current is connected during project construction.
Section 1-02.6 is supplemented as follows:
Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business
entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will
be considered irregular and non-responsive and may be rejected.
1-02.6(1) Certification of Compliance with Wage Payment Statutes
(Feb 3, 2025, Renton GSP)
Section 1-02.6(1) is an added new section:
The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage
Law Compliance – Responsibility Criteria, Washington State Public Works Contracts”
document where the Bidder under penalty of perjury verifies that the Bidder is in compliance
with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section
1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-
responsive and will be rejected.
The Bidder may use the form provided in the Bid Documents.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Section 1-02.7 is supplemented 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.
02/19/2026
9
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order
(Feb 3, 2025, Renton GSP)
Section 1-02.7(1) is an added new section:
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in
the form of either a bid bond, cashier’s check or postal money order in an amount equal to
five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal.
If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid
Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non-
responsive, and the Bid Proposal will be rejected.
If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of
Renton.
If the Bidder elects to provide a postal money order, it shall be made payable to the City of
Renton.
Cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(Feb 3, 2025, Renton GSP)
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number
clearly marked on the outside of the envelope as stated in the Call for Bids, or as otherwise
stated in the Bid Documents.
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:
02/19/2026
10
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
(February 3, 2025, Renton GSP)
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda. Only those contractors found on the Builders
Exchange of Washington, Inc “Self-Registered Bidders List” will be notified. The addenda will
be posted on Builders Exchange of Washington, Inc.
1-02.13 Irregular Proposals
(September 3, 2024 APWA GSP)
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 Bidder adds provisions reserving the right to reject or accept the Award,
or enter into the Contract;
c. A price per unit cannot be determined from the Bid Proposal;
d. The Proposal form is not properly executed;
e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT
Form 271-015), if applicable, as required in Section 1-02.6;
f. The Bidder fails to submit or properly complete a Disadvantaged Business
Enterprise Certification (WSDOT Form 272-056), if applicable, as required in
Section 1-02.6;
02/19/2026
11
g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031)
from each DBE firm listed on the Bidder’s completed DBE Utilization
Certification that they are in agreement with the bidder’s DBE participation
commitment, if applicable, as required in Section 1-02.6, or if the written
confirmation that is submitted fails to meet the requirements of the Special
Provisions;
h. The Bidder fails to submit DBE Good Faith Effort documentation, if
applicable, as required in Section 1-02.6, or if the documentation that is
submitted fails to demonstrate that a Good Faith Effort to meet the
Condition of Award in accordance with Section 1-07.11;
i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-
054), if applicable, as required in Section 1-02.6, or if the documentation that
is submitted fails to meet the requirements of the Special Provisions;
j. The Bidder fails to submit the Bidder Questionnaire (DOT Form 272-022), if
applicable as required by Section 1-02.6, or if the documentation that is
submitted fails to meet the requirements of the Special Provisions; or
k. The Bid Proposal does not constitute a definite and unqualified offer to meet
the material terms of the Bid invitation.
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. The authorized Proposal Form furnished by the Contracting Agency is not used
or is altered;
d. The completed Proposal form contains unauthorized additions, deletions,
alternate Bids, or conditions;
e. Receipt of Addenda is not acknowledged;
f. 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
g. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(Project Special Provisions, PSP)
Delete this Section and replace it with the following:
02/19/2026
12
A Bidder will be deemed not responsible if the Bidder does not meet the supplemental criteria
authorized under RCW 39.04.350 and the mandatory bidder responsibility criteria in RCW
39.04.350(1), as amended.
A bidder may be deemed not responsible, and the proposal rejected if:
a. More than one Proposal is submitted for the same project from a Bidder under the
same or different names;
b. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in
collusion will be restricted from submitting further Bids;
c. The Bidder, in the opinion of the Contracting Agency, is not qualified for the Work or
to the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the Bidder;
d. An unsatisfactory performance record exists based on past or current Contracting
Agency Work or for Work done for others, as judged from the standpoint of conduct of the
Work; workmanship; progress; affirmative action; equal employment opportunity practices;
or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise
utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The Bidder failed to settle bills for labor or materials on past or current Contracts;
g. The Bidder has failed to complete a written public contract or has been convicted of
a crime arising from a previous public contract;
h. The Bidder is unable, financially or otherwise, to perform the Work;
i. A Bidder is not authorized to do business in the State of Washington (not registered
in accordance with RCW 18.27).
j. The Bidder owes delinquent taxes to the Washington State Department of Revenue
without a payment plan approved by the Department of Revenue;
k. The Bidder is currently debarred or suspended by the Federal government;
l. There are any other reasons deemed proper by the Contracting Agency.
The Contracting Agency will verify that the Bidder meets the supplemental criteria authorized
under RCW 39.04.350 and the mandatory bidder responsibility criteria in RCW 39.04.350(1).
To assess bidder responsibility, the Contracting Agency reserves the right to request further
documentation as needed from the low bidder and documentation from other Bidders as
well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The
Contracting Agency also reserves the right to obtain information from third-parties and
independent sources of information concerning a Bidder’s compliance with the mandatory
and supplemental criteria, and to use that information in their evaluation. The Contracting
Agency may consider mitigating factors in determining whether the Bidder complies with the
requirements of the Supplemental Criteria.
02/19/2026
13
The basis for evaluation shall include any documents or facts obtained by Contracting Agency
(whether from the Bidder or third parties) including but not limited to: (i) financial, historical,
or operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which is
believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the supplemental criteria
authorized under RCW 39.04.350 and the bidder responsibility criteria above and is therefore
not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the
reasons for its determination. If the Bidder disagrees with this determination, it may appeal
to the determination within two (2) business days of the Contracting Agency’s determination
by presenting its appeal and any additional information to the Contracting Agency. The
Contracting Agency will consider the appeal and any additional information before issuing its
final determination. If the final determination affirms that the Bidder is not responsible, the
Contracting Agency will not execute a contract with any other Bidder until at least two
business days after the Bidder determined to be not responsible has received the Contracting
Agency’s final determination.
1-02.15 Pre-Award Information
(December 30, 2022 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
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
02/19/2026
14
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.
(March 3, 2025, Renton GSP)
Revise the last sentence of the fourth paragraph to read:
If the Contracting Agency does not concur in the error or determines that the error is not the
kind for which the law allows relieve, the Contracting Agency may Award the Contract and if
the Bidder refuses to execute the Contract, the Bidder’s Bid deposit shall be forfeited as
required by RCW 35.23.352. Per RCW 39.04.107, a low bidder on a public works project who
claims error and fails to enter into a contract is prohibited from bidding on the same project
if a second or subsequent call for bids is made for the project.
(Feb 3, 2025, Renton GSP)
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
unless so stated in the call for bids or special provisions. The City reserves the right to award
all or any schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
(Feb 3, 2025, Renton GSP)
Section 1-03.2 is supplemented with the following:
The Contract, bond form, and all other forms requiring execution, together with a list of all
other forms or documents required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award. The number of copies to be
executed by the Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
(July 8, 2024 APWA GSP Option A)
Revise this section to read:
Within 10 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
02/19/2026
15
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 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 10 additional calendar days for return of
the documents, provided the Contracting Agency deems the circumstances warrant it.
02/19/2026
16
1-03.4 Contract Bond
(July 8, 2024 APWA GSP Option A)
Revise this section to read:
Within 10 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 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 10 additional calendar days for return of the documents, provided the
Contracting Agency deems the circumstances warrant it.
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.
02/19/2026
17
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda
(Feb 3, 2025, Renton 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. Change Orders after the contract is executed.
2. Addenda.
3. Proposal Form.
4. Renton Project Special Provisions
5. Renton General Special Provisions.
6. Contract Plans.
7. City of Renton Standards and Details.
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction.
9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction.
1-04.4 Changes
(March 4, 2025, Renton GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-04.4(1) Minor Changes
(March 4, 2025, Renton GSP)
Section 1-04.4(1) is supplemented as follows:
Payments and credits will be determined in accordance with Section 1-09.4 of the Standard
Specifications. For the purpose of providing a common proposal for all bidders, the
Contracting Agency may have entered an amount for “Minor Change” in the Proposal to
become a part of the total bid by the Contractor.
1-04.6 Variation in Estimated Quantities
(Project Special Provisions, PSP)
Section 1-04.6 is supplemented as follows:
The quantities for the following bid items have been entered into the Proposal only to provide
a common proposal for bidders. Actual quantities will be determined in the field as the work
progresses, and will be paid at the original bid price, regardless of final quantity. These bid
items shall not be subject to the provisions of 1-04.6 of the Standard Specifications:
• Minor Changes.
02/19/2026
18
• Uniformed Police Officer.
• Hot Mix Asphalt Overlay.
• Site Specific Potholing Up to 6-Foot Depth.
• Site Specific Potholing Deeper than 6-Foot.
• Site Specific Potholing for Duct Banks or Utilities Encased in Concrete Up to 8 Feet Depth
• Sawcutting Asphalt Pavement.
• Crushed Surfacing Top Course (CSTC).
• Gravel Borrow for Backfill.
• Permanent Asphalt Patch.
• Removal and Replacement of Unsuitable Foundation Materials.
• Construction Geotextile for Separation.
• 4-inch Diam. Sanitary Side Sewer Pipe Relocation (For Water or Storm Conflict).
• 6-inch Diam. Sanitary Side Sewer Pipe Relocation (For Water or Storm Conflict).
• Asbestos Cement (AC) Pipe Removal
• Concrete Blocking and Straddle Thrust Blocking and Tie Rod.
• Controlled Density Fill (CDF)-Pipe Abandonment.
• CLSM Encasement.
• Adjust Existing Water Valve Box Cover to Finished Grade.
• Adjust Existing Manhole Cover to Finished Grade.
• Adjust Existing Gas Valve Box Cover to Finished Grade.
• Additional Ductile Iron Fittings.
1-04.7 Differing Site Conditions (Changed Conditions)
(Project Special Provisions, PSP)
Section 1-04.7 is supplemented as follows:
The following items do NOT constitute differing site conditions, and no additional
compensation shall be allowed.
• Changes in weather conditions.
• Precipitation and snowfalls.
• Freezing temperatures.
• Increases or decreases in stream flows and runoff, traffic volumes and/or sanitary
sewer flows.
• Groundwater.
• Sandstone, siltstone, shale, and other sedimentary rock that can be excavated using
conventional excavation equipment and does not require systematic drilling and
blasting for removal.
• Suitability of excavated material for re-use (if approved).
• Changes in the work or level of effort expended due to the Contractor’s construction
means and methods.
• Changes in Asphalt or concrete pavement thickness up to 24-inch in depth.
• Vandalism, theft, sabotage, and other illegal acts.
02/19/2026
19
• Compliance with permit conditions and directives from permitting agencies.
• Re-routing of new facilities to avoid horizontal and vertical conflicts with existing
facilities shown on the Contract Plans.
• Soil Conditions encountered in existing trench lines and roadway embankments filled.
• Availability of area(s) for staging and stockpiling.
The Owner reserves the right to mitigate potential unforeseen construction costs that may
arise. Prompt notice, as set forth herein, by the Contractor, of circumstances that he believes
to be beyond the scope of the Contract and/or Differing Site Conditions, and that will result
in additional costs or additional times to address, is paramount to the Owner being able to
mitigate such potential circumstances.
No Claims by the Contractor for work beyond the scope of the Contract and for Differing Site
Conditions shall be allowed unless the Contractor has followed the procedures set forth in
Section 1.04.5 and 1-09.11.
Different Subsurface and Physical Conditions
A. Immediate Written Notice to the City. If Contractor encounters a differing site
condition, Contractor shall within no more than 24 hours, and before the conditions
are disturbed, give a written notice to the city of such differing site condition (Initial
Notice). The Initial Notice shall describe the nature and extent of differing site
condition and its impact the progress of the Work. Contractor must preserve and not
discard any spoils or physical evidence related to the alleged differing site condition.
B. Forensic Tests. Contractor and the city shall have the right to conduct tests or
examinations upon the condition constituting the alleged differing site condition. No
such tests or examinations shall occur except upon reasonable prior to written notice
to both parties.
C. Request for Change Order. Unless otherwise agreed upon in writing by the city, within
twenty (20) working days of Contractor’s Initial Notice, Contractor shall provide a
Request for Change Order demonstrating:
1. A differing site condition was encountered.
2. Contractor reasonably relied on the indications presented in the Contract
Documents, inclusive of the Contractual Baselines, and that the differing site
condition was not reasonably foreseeable.
3. The differing site conditions caused an unavoidable negative impact on the
Contractor’s work, operations or schedule.
4. The sum of reasonable costs solely attributes to the differing site conditions
inclusive of alleged project schedule delays (if any).
5. Contractor’s affirmative measures to avoid work-around, prevent or mitigate the
negative impact to its work, operation or schedule.
To Proceed any claim involving a differing site condition, Contractor must prove each of the
foregoing five (5) elements.
02/19/2026
20
D. Waiver
1. If Contractor’s actions disturb, discard, waste or destroy the site such that the city or
Engineer cannot adequately investigate the alleged differing site condition, Contractor
waives its right to receive any additional time or money because of the differing site
condition.
2. Failure by Contractor to provide either (a) the Initial Notice within the time prescribed
above or (b) submit a fully documented Request for Change Order demonstrating the
elements set forth above within the time prescribed above shall constitute a waiver
of Contractor’s right to receive any additional time or money because of the alleged
differing site condition.
E. Owner’s Response to the Differing Site Condition Request for Change Order.
The city has the right to investigate the alleged differing site condition and will respond to
Contractor’s Request for Change Order (if any) within 20 working days of receipt of the
submission of the fully documented Request for Change Order.
F. Contractor’s Obligation to Continue to Work. Contractor shall not disturb the
condition until receipt of written authorization from the city that the work can resume
at the location of alleged differing site condition. The filling of a differing site condition
claims, Initial Notice or Request for Change Order does not relieve Contractor of its
obligation to continue with prosecution of the Work. Contractor shall also continue
with performance of all other work.
G. Compensation. The sole and exclusive remedy for any differing site condition claim,
Change Order or other similar request for additional compensation shall be remedy
set forth in the following information under “Exclusive Remedy for Differing Site
Condition.”
Exclusive Remedy for Differing Site Condition
A. Method to Calculate Damages and/or Adjustment. In the event of the assertion of a
differing site condition, any additional compensation to Contractor or any of its
subcontractors shall be determine in accordance with one of the following methods
to calculate damages and/or adjustments to the Contract Price that result from or
relate to Request for Change Order, and/or claim arising from a differing site
condition.
1. Unit Price Method.
2. Firm Fixed Price Method (also known as lump sum).
3. Time and Materials Method.
B. Discretion of the City. Determination of the method to be used to calculate
adjustments in the Contract Price shall be at the sole discretion of the city.
02/19/2026
21
C. Unit Price Method. Whenever the city authorizes Contractor to perform Work on a
Unit Price Basis, the city’s authorization shall clearly state the:
1. Scope of Work to be performed.
2. Applicable Unit Price.
3. Not to exceed amount of reimbursement as established by the city.
The applicable unit price shall be deemed to include reimbursement for all direct costs
and indirect costs of the work, including overhead and profit as well as any impact
disruption, delay, or inefficiency costs.
Contractor shall only be paid under this method, up to the not to exceed amount, for
the actual quantity of materials incorporated in or removed from the work and such
quantities must be supported by field measurement statements verified by the city.
D. Firm Fixed Price Method. Contractor and the city may mutually agree on a fixed price
amount as the total compensation for the performance of change work.
1. Contractor shall provide a detailed cost breakdown supporting Contractor’s
requested adjustment to Contract Price and any other financial
documentation requested by the city.
2. Any adjustment to Contract Price using firm fixed price method shall include
only reasonable costs for labors, equipment, materials, overhead and profit.
3. Whenever the city authorizes Contractor to perform work on a firm fixed price
method, the city’s authorization will clearly state the scope of work to be
performed and total fixed price payment for performing such work.
E. Time and Materials Method. If the city and Contractor cannot agree to either of the
two above methods (Lump Sum or Unit Price), the compensation (if any) for any
differing site condition dispute shall be determined on a time and material basis (e.g.
Force Account) per WSDOT Standard Specifications Section 1-09.6 and as defined
herein.
1. Contractor shall:
a. Cooperate with the city and assist in monitoring the work being
performed.
b. Substantiate the labor hours, materials, and equipment charge to the
work under time and materials method by detailed timecards or logs
completed on a daily basis before the close of business each working
day.
c. Present the timecard and/or log at the close business each working
day to the city for review and initial each timecard/log.
d. Perform all Work in accordance with this provision as efficiently as
possible.
e. Not exceed any cost limit(s) without the city’s prior written approval.
02/19/2026
22
f. Maintain all records of the work, including all records of the
subcontractors, suppliers, and materialmen, and make such records
available for inspection as required upon request by the city.
Contractor shall submit costs, and any additional information
requested by the city to support the Contractor’s requested price
adjustment.
2. Contractor shall be entitled to be paid only reasonable costs actually incurred
by Contractor. Contractor has a duty to control costs. If the city determines
that Contractor’s claimed cost exceed what would otherwise be considered
reasonable costs, the city, at its discretion, may determine the reasonable cost
for payment. Any adjustments to the contract price using the time and
materials method shall be measured by reasonable costs.
1-04.8 Progress Estimates and Payments
(Feb 3, 2025, Renton GSP)
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an
estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and
decisions shall be final regarding the actual percentage of any lump sum pay item
accomplished and eligible for payment unless another specific method of calculating lump
sum payments is provided elsewhere in the Specifications.
1-04.11 Final Cleanup
(Project Special Provisions, PSP)
Section 1-04.11 is supplemented as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities shall,
at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost
incurred in salvaging and delivering such items shall be considered incidental to the project
and no compensation will be made.
1-04.12 Contractor-Discovered Discrepancies
(Feb 3, 2025, Renton GSP)
Section 1-04.12 is a new section:
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in
writing to the Engineer any error, inconsistency, or omission in respect to design or mode of
construction, which is discovered. If the Contractor, in the course of this study or in the
accomplishment of the Work, finds any discrepancy between the Plans and the physical
02/19/2026
23
condition of the locality as represented in the Plans, or any such errors or omissions in respect
to design or mode of construction in the Plans or in the layout as given by points and
instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing,
and the Engineer will promptly check the same. Any Work done after such discovery, until
correction of Plans or authorization of extra Work is given, if the Engineer finds that extra
Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure
shall be as provided in Section 1-04.4 of the Standard Specifications.
1-05 CONTROL OF WORK
1-05.4 Conformity with and Deviation from Plans and Stakes
(Feb 3, 2025, Renton GSP)
Section 1-05.4 is supplemented with the following:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all
required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and
elsewhere in these Specifications as being provided by the Engineer. All costs for this survey
Work shall be included in "Construction surveying, Staking, and As-Built Drawings," per lump
sum.
The Contractor supplied surveyor shall provide construction stakes and marks establishing
lines, slopes, and grades as stipulated herein and will perform such Work per Section 1-11.
The Contractor shall assume full responsibility for detailed dimensions, elevations, and
excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished
stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction
staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer, or
the Contractor supplied surveyor informed of staking requirements and provide at least 48-
hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for
setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including
existing monumentation, set by Contracting Agency forces. The Contractor will be charged
for the costs of replacing stakes, markers and monumentation that were not to be disturbed
but were destroyed or damaged by the Contractor's operations. This charge will be deducted
from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction
Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the
original control points set by the Engineer still exist, or unless other satisfactory
substantiating evidence to prove the error was furnished by the Engineer. Three consecutive
points set on line or grade shall be the minimum points used to determine any variation from
a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer.
In the absence of such report the Contractor shall be liable for any error in alignment or grade.
02/19/2026
24
The Contractor shall provide all surveys required other than those to be performed by the
Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING
STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format
set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work
performed by the Contractor's surveyor in establishing line, grade and slopes for the
construction Work. Copies of these field notes shall be provided to the Engineer upon request
and upon completion of the Contract Work the field book or books shall be submitted to the
Engineer and become the property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer,
then the Contractor shall, upon the Engineer's written request, remove the individual or
individuals doing the survey Work and the survey Work will be completed by the Engineer at
the Contractor's expense. Costs for completing the survey Work required by the Engineer will
be deducted from monies due or to become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the
prices bid for the various items which comprise the improvement or be included in the bid
item for "Construction Surveying, Staking, and As-Builts" per lump sum if that item is included
in the contracts.
1-05.4(1) Contractor Supplied Surveying
(Feb 3, 2025, Renton GSP)
Section 1-05.4(1) is a new section:
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply
the survey Work required for the project. The Contractor shall retain as a part of the
Contractor Organization an experienced team of surveyors under the direct supervision of a
professional land surveyor licensed by the State of Washington. All survey Work shall be done
in accordance with Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor
from constructing the project in a manner satisfactory to the Engineer. All errors,
discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the
survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a
manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of
the Contractor's intent to remove any survey stakes and/or points before physically removing
them.
The Surveyor shall be responsible for maintaining As-Built records for the project. The
Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-
Built records for the project.
02/19/2026
25
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these
Plans and Specifications, accurate As-Built records and other Work the Engineer deems
necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all
As-Built records and other Work as directed by the Engineer. The Engineer shall deduct
expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor.
Payment per Section 1-04.1 for all Work and materials required for the full and complete
survey Work required to complete the project and As-Built drawings shall be included in the
lump sum price for "Construction Surveying, Staking, and As-Built Drawings."
1-05.4(2) Contractor Provided As-Built Information
(Feb 3, 2025, Renton GSP)
Section 1-05.4(2) is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the
trenches, by centerline station, offset, and depth below pavement, of all existing utilities
uncovered or crossed during his Work as covered under this project.
It shall be the Contractor’s responsibility to have his Surveyor locate each major item of Work
done under this contract per the survey standard of Section 1-11. Major items of Work shall
include but not be limited to: Manholes, Catch basins and Inlets, Valves, Vertical and
Horizontal Bends, Junction Boxes, Cleanouts, Side Sewers, Storm Drain Laterals, Street Lights
& Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and
Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor’s Surveyor shall
provide to the City the hard covered field book(s) containing the as-built notes and one set of
white prints of the project drawings upon which he has plotted the notes of the Contractor
locating existing utilities, and one set of white prints of the project drawings upon which he
has plotted the as-built location of the new Work as he recorded in the field book(s). This
drawing shall bear the Surveyor’s seal and signature certifying its accuracy.
All costs for as-built Work shall be included in the Contract item "Construction Surveying,
Staking, and As-Built Drawings", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work
(Feb 3, 2025, Renton GSP)
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute
Work by Contractor forces, in accordance with the intent of the Contract and without expense
to the Owner and shall bear the expense of making good all Work of other contractors
destroyed or damaged by such removal or replacement.
If the Contractor does not remove such condemned Work and materials and commence re-
execution of the Work within 7 calendar days of written notice from the Engineer, or fails to
perform any part of the Work required by the Contract Documents, the Owner may correct
02/19/2026
26
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. In that case,
the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized Work, or Work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of Work of others destroyed or damaged by correction,
removal, or replacement of the Contractor’s unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of
such removal and storage within 10 calendar days from the date of the notice to the
Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days
written notice, sell such materials at public or private sale, and deduct all costs and expenses
incurred from monies due to the Contractor, including costs of sale, and accounting to
Contractor for the net proceeds remaining. The Owner may bid at any such sale. The
Contractor shall be liable to the Owner for the amount of any deficiency from any funds
otherwise due the Contractor.
If the Contractor fails to comply with a written order to remedy what the Engineer determines
to be an emergency situation, the Engineer may have the defective and unauthorized Work
corrected immediately, have the rejected Work removed and replaced, or have Work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its
remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public, the Property Owner and the Property Owner’s property.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the Work attributable to the exercise of the Contracting Agency’s rights
provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency’s right to pursue any other avenue for additional remedy or damages with respect to
the Contractor’s failure to perform the Work as required.
1-05.10 Guarantees
(Feb 3, 2025, Renton GSP)
Section 1-05.10 is supplemented as follows:
If within one year after the Final Acceptance Date of the Work by the Contracting Agency,
defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon
written order by the Contracting Agency, return and in accordance with the Engineer’s
instructions, either correct such Work, or if such Work has been rejected by the Engineer,
remove it from the project site and replace it with non-defective and authorized Work, all
without cost to the Contracting Agency. If the Contractor does not promptly comply with the
02/19/2026
27
written order to correct defective and/or unauthorized Work, or if an emergency exists, the
Contracting Agency reserves the right to have defective and/or unauthorized Work corrected
or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or
Unauthorized Work.”
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Contracting Agency’s rights under any law to obtain damages and recover costs resulting from
defective and/or unauthorized Work discovered after one year but prior to the expiration of
the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or
liability expressed or implied arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased
for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat
or impair the right of persons furnishing materials or labor, to recover under any bond given
by the Contractor for their protection, or any rights under any law permitting such persons to
look to funds due the Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts
and notice of its provisions shall be given to all persons furnishing materials for the Work
when no formal contract is entered into for such materials.
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(Project Special Provisions, PSP)
To be considered substantially complete the following conditions must met:
1. The Contract Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental work, replacement of temporary substitute facilities, or
correction of repair work remains to reach physical completion of the work.
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 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.
02/19/2026
28
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons, therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the Work physically complete and ready for Final Inspection,
the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection.
The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then
make a final inspection, and the Engineer will notify the Contractor in writing of all particulars
in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor
shall immediately take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption
until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the Work attributable to the exercise of the Engineer’s right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the Work was considered physically complete, that
date shall constitute the Physical Completion Date of the Contract but shall not imply all the
obligations of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
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
02/19/2026
29
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing, they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing shall be incidental costs, unless specifically set
forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer’s guaranties or warranties furnished under the terms of the contract.
1-05.12 Final Acceptance
(Feb 3, 2025, Renton GSP)
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally
approves acceptance of the work. Before the final acceptance of the work, the contractor
must submit the Final Payment Voucher provided by the city.
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
(Project Special Provisions, PSP)
Section 1-05.14 is supplemented as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their
respective Work and shall properly connect and coordinate the Contractor’s Work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project
area may include but not be limited:
1. Puget Sound Energy (gas and electric).
2. AT&T Broadband.
02/19/2026
30
3. CenturyLink/Lumen.
4. MCI/Verizon.
5. City of Renton (water, sewer, storm, transportation).
6. Comcast.
7. Seattle Public Utilities.
8. Private contractors employed by adjacent property owners.
9. Private contractors hired by the city.
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 copies of correspondence will not constitute such notice
and will not comply with the requirements of the Contract.
1-05.16 Water and Power
(Project Special Provisions, PSP)
Section 1-05.16 is a new Section:
The Contractor shall make necessary arrangements and shall bear the costs for power and
water necessary at its owned expenses for the performance of the Work.
If the portable water from the existing city’s owned hydrant is used during project
construction, the Contractor shall apply for application online at Application Assistant
(rentonwa.gov) and pay for hydrant rental’s application fee, deposit , and usage costs at its
owned expenses.
1-05.17 Oral Agreements
(Feb 3, 2025, Renton GSP)
Section 1-05.17 is a new section:
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the Contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the Contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
02/19/2026
31
1-05.18 Contractor's Daily Diary
(Feb 3, 2025, Renton GSP)
Section 1-05.18 is a new section:
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary
Record of the Work as an incidental cost. The diary will be created by pen entries in a
hardbound diary book of the type that is commonly available through commercial outlets or
by an alternative electronic method approved by the Engineer. The diary must contain the
Project and Number; if the diary is in loose-leaf form, this information must appear on every
page. The diary must be kept and maintained by the Contractor's designated project
superintendent(s). Entries must be made on a daily basis and must accurately represent all
of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate
references to the Plans and Contract Provisions, so that the reader can easily and
accurately identify said Work in the Plans. Identify location/description of
photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor,
the Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of the Contractor's employees working during each day by
category of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by
the Owner or other party during each day.
11. Entries to verify the daily (including non-Workdays) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. The Contractor
shall not allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of Contractor's progress on each day.
02/19/2026
32
13. Plan markups showing locations and dimensions of constructed features to be used
by the Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page
numbers.
15. Each page must be signed and dated by the Contractor's official representative on the
project.
The Contractor may use additional sheets separate from the diary book, if necessary, to
provide a complete diary record, but they must be signed, dated, and labeled with project
name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained
by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of
any potential claims or disputes that might arise during this contract. Failure of the Contractor
to maintain this diary in the manner described above will constitute a waiver of any such
claims or disputes by the Contractor.
The Engineer or other Owner’s representative on the job site will also complete a Daily
Construction Report.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
(Project Special Provisions, PSP)
Section 1-06.1 is supplemented as follows:
The materials and equipment list submitted to the Engineer at the Preconstruction
Conference or prior to the beginning of the work shall include the quantity, manufacturer, and
model number, if applicable, of materials and equipment to be installed under the Contract.
This list will be checked by the Engineer as to conformity with the Contract Documents. The
Engineer will review the lists within 10 working days after receipt of the submittal, noting
required corrections. The Contractor shall make required corrections and file 2 corrected hard
copies or one electric copy with the Engineer within 5 working days after receipt of required
corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor
from responsibility for suitability for the intended purpose, nor for deviations from the
Contract Documents.
Shop Drawings
Any items that are custom-fabricated off-site shall require submittal of a shop drawing for
review and approval by the Engineer. The contractor shall check and verify all field
measurements. He shall submit with such promptness as to cause no delay in his own work
or in that of any other contractors.
02/19/2026
33
Submittals
The Contractor shall submit, prior to the beginning of any work, a list of intends to use for
review by the Engineer.
Safety and Materials: All material submittals shall include copies of the Material Safety Data
Sheet (MSDS).
Number of Submittals Required: Four (4) hard copies or one electronic copy (.pdf format) for
each submittal.
Identification: Completely identify each submittal and re-submittal with the following
information.
1. Name, address, phone number and email of submitter and contact person.
2. Name of Project.
3. Drawing Number and Specification Section Number for reference.
4. Status of submittal, if original or resubmit and number of re-submittals.
Coordination of Submittals: The Contractor shall coordinate submittals with the project work
so the work will not be delayed. The Contractor shall schedule different categories of
submittals to provide adequate review time without delay of the overall project schedule. No
extension of time will be allowed because of failure to properly schedule submittals. The
Contractor shall not proceed with work related to the submittal until the submittal process is
complete. This requires that submittals for review and comment shall be returned to the
Contractor stamped “No Exception Taken” or “Make Correction Noted.”
Submittals for Review Comment:
1. If the review indicated that the material, equipment, or work method complies with
the project manual, submittal copies will be marked “No Exceptions Taken.” In this
event, the Contractor may begin to implement the work method or incorporate the
material or equipment covered by the submittal.
2. If the review indicated limited corrections are required, copies will be marked “Make
Corrections Noted.” The Contractor may begin implementing the work method or
incorporating the material and equipment covered by the submittal in accordance
with the noted corrections. Where submittal information will be incorporated in O&M
data, a corrected copy will be provided.
3. If review indicated that the submittal is insufficient or contains incorrect data, copies
will be marked and returned with “Amend and Re-Submit.” Except at its own risk, the
Contractor shall not undertake work covered by the submittal until it has been revised,
resubmitted, and returned noted either, “No Exceptions Taken” or “Make Corrections
Noted.”
4. If the review indicated that the material, equipment, or work method does not comply
02/19/2026
34
with the project manual, copies of the submittal will be marked, “Rejected.”
Submittals with deviations, which have not been identified clearly may be rejected.
The Contractor shall not undertake the work covered by such submittals until a new
submittal is made and returned marked either “No Exceptions Take” or “Make
Correction noted.”
Effects of Contractor’s Submittals: Review of the contract drawings, method of work or
information regarding materials, equipment, or methods shall not relieve the Contractor or
its responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the City. The Contractor shall have no claim under the contract on account of failure
or partial failure or the methods of work, materials, or equipment reviewed. A mark of “No
Exception Taken” or “Mark Corrections Noted” shall mean that the Engineer has no objections
to the Contractor, upon its own responsibility using the plans or method of work proposed,
or providing the material or equipment proposed.
The following submittal items shall be provided to the Engineer by the Contractor.
Additional submittal information shall be provided to the Engineer by the Contractor if
required by the Engineer or as elsewhere required in the Specifications.
02/19/2026
35
Section Description Required Submittal Date
1-07.6 Proof of Electrical Permit Submit minimum 21 calendar days
prior to installation of Conduit,
Junction Box, and Small Vault
1-07.15 Construction Stormwater Pollution
Prevention Plan and BMP Measures
Submit as part of the Work Plan and
minimum 45 calendar days after the
Notice of Award
1-07.18 Evidence of Insurance Submit minimum 10 calendar days
after the Notice of Award
1-08.0 Preliminary Matters Submit minimum at Preconstruction
meeting
" Approval of qualified
subcontractors (bring list of
subcontractors if different from list
submitted with bid)
"
" List of materials fabricated or
manufactured off the project
"
" Material sources on the project "
" Names of Principal Suppliers "
" Detailed equipment list, including
“Rental Rate Blue Book” hourly
costs (both working and standby
rates)
"
" Weighted wage rates for all
employee classifications anticipated
to be used on this project
"
" Cost percentage breakdown for
lump sum bid items
"
" Preliminary List of Shop Drawings "
1-08.3 Progress Schedule Submit as part of the Work Plan
minimum 21 calendar days at Pre-
Construction Meeting
1-09.14(2) Washington State licensed surveyor
Information.
Submit minimum at Preconstruction
meeting
1-09.14(2) Disposal Sites Submit as part of the Work Plan
minimum at Preconstruction meeting
02/19/2026
36
1-09.14(2) Mobilization Plan Submit as part of the Work Plan
minimum at Preconstruction meeting
1-09.14(2) Copy of completion report of
monument replacements to DNR
Submit after the work completion
1-09.14(2) CLSM Encasement Mix Design Minimum 21 calendar days prior to
installation
1-10.2 (2) Pedestrian Handling Plan Submit as part of the Work Plan
minimum at Preconstruction meeting
1-1.1(11) As-Built Survey Prior to completion of final punch list
items
2-05.3(2) Health and Safety Plan & Accident
Prevention Program
Submit as part of the Work Plan
minimum at Preconference meeting.
4-05 &
5-04.3
HMA and ATB Materials Minimum 21 calendar days prior to
installation
7-04 &
7-05
Storm Sewer Pipe, SDMH and CB
Materials
Minimum 21 calendar days prior to
Preconstruction meeting
7-04.3(3) Temporary Storm Bypass Pumping
and System
Minimum 21 calendar days prior to
Preconstruction meeting
7-05 Manhole, Inlet, and Catch Basin
Materials
Minimum 21 calendar days prior to
installation
7-08 &
9-03
Bedding and Backfill Materials Submit minimum at Preconstruction
meeting
7-09.3 Proof of Asbestos Cement (AC) Pipe
Removal Permit
Minimum 21 calendar days prior to
removal
7-09.3(21) Concrete for Concrete Blocking and
Straddle Thrust Blocking and Tie
Rod
Minimum 21 calendar days prior to
installation
7-09.3(23) Hydrostatic Pressure Test Plan Minimum 21 calendar days prior to
Testing
7-09,
7-12, &
9-30
Water Pipe, Fittings, Valves Fire
Hydrant. Detectable Marking Tape,
Polywrap, etc.
Minimum 21 calendar days prior to
installation
7-17 &
7-18
Sanitary Sewer Pipe and Side Sewer
Materials
Minimum 21 calendar days prior to
installation
02/19/2026
37
7-17.3(1)A Temporary Sewer Bypass Systems
Plan
Minimum 21 calendar days prior to
installation
7-17.3(2)H Television Inspection VDO and
Reports
After storm pipe Installation
8-02 &
9-14
Property Restoration Materials Minimum 21 calendar days prior to
installation
8-04 Cement Concrete Curb and Gutter
Mix Design
Minimum 21 calendar days prior to
installation
8-06 Residential Concrete Driveway
Materials
Minimum 21 days calendar prior to
installation
8-14 Cement Concrete Sidewalk Mix
Design
Minimum 21 calendar days prior to
installation
8-20 &
9-29
Conduit, Small Cable Vault, Junction
Box, Detectable Underground
Warning Tape
Minimum 21 calendar days prior to
installation
8-12 Chain Link Fence and Wire Fence Minimum 21 calendar days prior to
installation
8-22 Pavement Markings Minimum 21 calendar days prior to
installation
8-23 Temporary Pavement Marking Minimum 21 calendar days prior to
installation
8-32 Project Signage Minimum 21 calendar days prior to
Construction Activities
9-03.22 Controlled Density Fill (Pipe
Abandonment) Mix Design
Minimum 21 calendar days prior to
installation
9-03.22(A) Cement-based Grout Minimum 21 calendar days prior to
installation
9-05.52 Dense Foam Pad Minimum 21 calendar days prior to
installation
02/19/2026
38
1-06.1(4) Fabrication Inspection Expense
(June 27, 2011 AWPA GSP)
Delete this section in its entirety.
1-06.2(1) Samples and Tests for Acceptance
(Feb 3, 2025, Renton GSP)
Section 1-06.2(1) is supplemented as follows:
The finished Work shall be in accordance with approved samples. Approval of samples by the
Engineer does not relieve the Contractor of responsibility for performance of the Work in
accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
(Feb 3, 2025, Renton GSP)
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the
City of Renton.
1-06.6 Recycled Materials
(Feb 3, 2025, Renton GSP)
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; however, the use of recycled materials is not a requirement of the Contract.
Recycled aggregates and recycled concrete materials shall not be installed as pipe zone
bedding and as trench backfill for water mains and water service lines, storm sewer pipes,
and sanitary sewer pipes, unless specified otherwise in the contract documents and plans.
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.
02/19/2026
39
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed.
(October 1, 2005 APWA GSP)
Section 1-07.1 is supplemented as follows:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital or doctor’s care, and persons, including employees, who may have been
injured on the project site. Employees should not be permitted to Work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor’s care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their
failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the Work. This requirement shall apply continuously and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction reviews 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 Tax
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)
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the state sales tax.
Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should
contact the Washington State Department of Revenue for answers to questions in this area.
The Contracting Agency will not adjust its payment if the Contractor bases a bid on a
misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3)
02/19/2026
40
describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract-
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its
payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper state fund.
1-07.2(2) State Sales Tax – Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as part of the street or road
drainage system, and power lines when such are part of the roadway lighting system. For
Work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the Work.
1-07.2(2) State Sales Tax – Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to;
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not include
the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule
170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in the
unit bid item prices or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
02/19/2026
41
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
1-07.4 Sanitation
1-07.4(2) Health Hazards
(Project Special Provisions, PSP)
Section 1-07.4(2) is supplemented with the following:
Work on this project will involve exposure to and removal of asbestos cement pipe. The
Contractor shall be responsible to ensure that all Work in the vicinity of, and the removing,
handling, processing, hauling and disposing of asbestos cement pipe conforms to the rules,
regulations, and recommended practices of the jurisdictional agencies, at a minimum.
Contractor shall notify the appropriate agencies and be pay all filing and disposal fees. All
asbestos-containing waste material must be deposited at a waste disposal site authorized to
accept such waste within 10 days of removal.
The Contractors have a general obligation to keep a safe and healthy worksite in accordance
with state and federal law and must comply with worksite-specific safety practices. All
contractors who may enter an identified confined space shall provide a copy of a written
confined space entry program.
1-07.5 Environmental Regulations
1-07.5(4) Air Quality
(Project Special Provisions, PSP)
Supplement the first paragraph of this subsection with the following:
The local air pollution authority for work in the vicinity of and the removing, handling,
processing, hauling, and disposing asbestos cement pipe is the Puget Sound Clean Air Agency.
1-07.6 Permits and Licenses
(Project Special Provisions, PSP)
Section 1-07.6 is supplemented as follows:
The Contractor shall be responsible for reviewing all permits to become familiar with the
requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton
Business License (Contractor). The permits, easements, and right of entry documents that
have been acquired are available for inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements, and
rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify
the Owner from claims on all easements and rights of entry.
The Contractor shall obtain the project electrical permit and pay all associated permit and
02/19/2026
42
application fees for the installation of PVC conduits, junction boxes, and small cable vaults.
The contractor will be responsible for maintaining the permit, including handling all
compliance requirements, renewals, modifications, and any other related obligations.
The Contractor shall be responsible for all costs associated with preparing, completing, and
submitting permit applications and associated plans and documentation, requests,
notifications, documentations, and compliance with permit and authorization requirements,
application fees for Puget Sound Clean Air Agency and Department of Labor and Industries
and any fees or penalties imposed by the jurisdictional agency (ies) resulting from the
Contractor’s non-compliance with regulatory requirements.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor
shall comply with the special provisions and requirements of each.
Permits, permission under franchises, licenses, and bonds of a temporary nature necessary
for and during the prosecution of the Work, and inspection fees in connection therewith shall
be secured and paid for by the Contractor. If the Owner is required to secure such permits,
permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the
Owner thereby shall be charged against the Contractor and deducted from any funds
otherwise due the Contractor.
The Contractor shall caution to review all permits and other Contract Documents and
schedule the work activities appropriately to complete the work within the number of days
stated in the Contract Document. No additional compensation or extensions to time will be
granted to the Contractor due to the time constraints imposed by such documents. The
Contractor shall assume all responsibility for meeting all requirements of all permits.
Any fines or penalties incurred by Contracting Agency for not meeting state water quality
standards, lack of stormwater pollution prevention, and/or not comply with other required
regulations on this Project shall be deducted from monies otherwise due to Contractor. Any
fines assessed directly to Contractor shall be paid directly to the fining authority, at the
Contractor’s own cost.
Industrial Waste Discharge Permit
if the Contractor plans to discharge contaminated groundwater and/or temporary
construction dewatering to the sanitary sewer, the Contractor shall complete application and
obtain an Industrial Waste Discharge Permit from King County.
Information regarding permitting for temporary construction dewatering can be found at the
following link:
http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeAp
proval/Construction.aspx
Information regarding permitting for contaminated groundwater can be found at the
following link:
02/19/2026
43
http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeAp
proval/Groundwater.aspx
No payment will be made for acquiring the necessary discharge permits, which shall be
considered incidental to the various items in the Contract.
1-07.9 Wages
1-07.9(3) Apprentices
(Feb 3, 2025, Renton GSP)
Section 1-07.9(3) is supplemented as follows:
Apprentice Utilization
This Contract includes an Apprentice Utilization Requirement. Fifteen percent or more of
project Labor Hours shall be performed by Apprentices unless Good Faith Efforts are
accepted. Apprentice Utilization will be determined using the Department of Labor and
Industries (L&I) online Prevailing Wage Intent & Affidavit (PWIA) system.
Definitions
For the purposes of this specification the following definitions apply:
1. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program.
2. Apprentice Utilization is the apprentice labor hours, on the project, expressed as a
percentage of project Labor Hours based on certified payrolls or the affidavits of
wages paid, whichever is least. The percentage is not rounded up.
3. Apprentice Utilization Requirement is the minimum percentage of apprentice labor
hours required by the Contract.
4. Good Faith Effort(s) (GFE) describes the Contractor’s efforts to meet the Apprentice
Utilization Requirement including but not limited to the specific steps as described
elsewhere in this specification.
5. Labor Hours are the total hours performed by all workers receiving an hourly wage
who are subject to prevailing wage requirements for work performed on the Contract
as defined by RCW 39.04.310. Labor Hours are determined based on the scope of
work performed by the individuals, rather than the title of their occupations in
accordance with WAC 296-127.
6. State-approved Apprenticeship Training Program is an apprenticeship training
program approved by the Washington State Apprenticeship Council.
7. Apprentice Wage Rates are the applicable wage rates that are to be paid for an
apprentice registered in a training program, separate from Journey Level rates, as set
by the Washington State Apprenticeship Training Council and Washington State
Department of Labor and Industries (L&I).
Electronic Reporting
The Contractor shall use the PWIA System to submit the “Apprentice Utilization Plan”.
Reporting instructions are available in the application.
02/19/2026
44
Apprentice Utilization Plan
The Contractor shall submit an “Apprentice Utilization Plan” by filling out the Apprentice
Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution,
however no later than the preconstruction meeting, demonstrating how and when they
intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient
detail for the Engineer to track the Contractor’s progress in meeting the utilization
requirements. An Apprentice Utilization Plan shall be updated and resubmitted as the Work
progresses or when requested by the Engineer.
If the Contractor is unable to demonstrate the ability to meet the ApprenPce UPlizaPon
Requirement with their iniPal ApprenPce UPlizaPon Plan submission, an effort must be made
to find addiPonal registered apprenPces to perform on the contract. If aSer aTempts have
been made at every Per and every scope, the Contractor must submit GFE documentaPon to
the ContracPng Agency. The Contractor shall acPvely seek out opportuniPes to meet the
ApprenPce UPlizaPon Requirement during the construcPon Work.
Contacts
The Contractor may obtain information on State-approved Apprenticeship Training
Programs by using the Apprentice Registration and Tracking System (ARTS)
https://secure.lni.wa.gov/arts-public/#/program-search or contacting the Department of
Labor and Industries directly at:
Specialty Compliance and Services Division, Apprenticeship Section, P.O. Box 44530,
Olympia, WA 98504-4530 or by phone at (360) 902-5320.
Compliance
The Contractor is expected to make attempts to employ Apprentices and shall include the
requirement in any subcontracts at any tier. In the event that the Contractor is unable to
achieve the Apprentice Utilization Requirement, the Contractor shall submit GFE
documentation demonstrating the efforts and attempts they made. Final GFE
documentation shall be submitted to the Contracting Agency after Substantial Completion
but no later than 30 days after Physical Completion.
If the Contractor fails to acPvely aTempt to employ ApprenPces, submit GFE documentaPon,
or if the Engineer does not approve the GFE, the Contractor will be assessed a penalty. The
Engineer will provide the Contractor with a wriTen noPce at Final Acceptance of the project
informing the Contractor of the failure to comply with this specificaPon which will include a
calculaPon of the penalty to be assessed as provided for in the Payment secPon in this special
provision.
If the Contractor achieves the required ApprenPce UPlizaPon an incenPve will be assessed
with Final Payment.
Good Faith Efforts
The GFE shall document the attempts (efforts) the Contractor (and any subcontractor at any
tier) made to meet the Apprentice Utilization Requirement. Emails, letters, or other written
communications with letterhead, titles, and contact information are required.
Documentation must include one or more of the following accepted GFEs:
02/19/2026
45
1. Demonstrated Lack of Availability of ApprenPces. Correspondence from State-
approved ApprenPceship Training Program(s), with project specific responses
confirming there is a lack of availability of ApprenPces for this project.
2. Demonstrated DisproporPonate RaPo of Material/Equipment/Products to Labor
Hours. DocumentaPon explaining the bid includes a disproporPonate high cost of
material/equipment/products to Labor Hours. (E.g., a $2 M esPmated contract
includes $1 M or more in procurement costs of equipment to be installed.)
3. Demonstrated Lack of Necessary Labor Hours. Correspondence from a State-
approved ApprenPce Training Programs confirming there is not enough Pme in the
project to meet required journey level to apprenPce training raPos.
4. Demonstrated Lack of Available Approved Programs. Correspondence from State-
approved ApprenPce Training Programs, confirming there are no programs that train
for the scopes included/anPcipated on the project. Contractor and state programs to
submit training program detail needs and details that could be used for future
program creaPon.
5. Funding Precedent. DocumentaPon that shows conflicPng, more restricPve, or
precedent requirements for other training on the Project. Examples include, but are
not limited to, Tribal Employment Rights (TERO), Federal Training Hours, or Special
Training that affect the ability to use state-registered apprenPces.
6. Warranty Work. DocumentaPon from Original Equipment Manufacturers, or similar,
confirming that work performed must only be completed by cerPfied journey-level
installers or risk voiding warranty, or similar.
7. Other Effort. The Contractor may submit other evidence, documentaPon, or raPonale
for not being able to achieve the required ApprenPce UPlizaPon that are not covered
in the other efforts named. Other efforts will sPll need to be corroborated by an
independent, knowledgeable third-party.
Contractors may receive a GFE credit for graduated ApprenPce hours through the end of the
calendar year for all projects worked on as long as the ApprenPce remains conPnuously
employed with the same Contractor/subcontractor they were working for when they
graduated. If an ApprenPce graduates during employment on a project of significant duraPon,
they may be counted towards a GFE credit for up to one year aSer their graduaPon or unPl
the end of the project (whichever comes first). DeterminaPon of whether Contract
requirements were met in good faith will be made by subtracPng the hours from the
journeyman total reported hours for the project and adding them to the apprenPce hour
total. If the new uPlizaPon percentage meets the Contract requirement, the Contractor will
be reported as meePng the requirement in good faith.
02/19/2026
46
Approving Good Faith Efforts
The ContracPng Agency will review submiTed Good Faith Efforts and issue a determinaPon.
The Engineer may request addiPonal informaPon, documentaPon, evidence or similar to
approve such efforts. The determinaPon by the Engineer is final. The approved Good Faith
Efforts will be loaded into the PWIA system by the ContracPng Agency.
Payment
Payment will be made for the following Bid Items:
“ApprenPceship IncenPve”, by calculaPon
An incenPve of $2,000.00 will be assessed with the Final Payment for Contractors who meet
the ApprenPce UPlizaPon Requirement without a reducPon by Good Faith Effort. For the
purpose of providing a common proposal for all bidders, the ContracPng Agency has entered
an amount in the proposal to become a part of the total bid by the Contractor.
“ApprenPceship Penalty”, by calculaPon.
ApprenPceship Hours will be measured for each hour of work performed by an apprenPce as
shown on the Monthly ApprenPce UPlizaPon Report, based on cerPfied payrolls or the
affidavits of wages paid, whichever is least. The percentage is not rounded up. For the purpose
of providing a common proposal for all bidders, the ContracPng Agency has entered an
amount in the proposal to become a part of the total bid by the Contractor.
When the Contractor fails to meet the apprenPceship goal of 15%, a penalty will be assessed
for each hour that is not achieved, unless a Good Faith Effort is approved by the ContracPng
Agency.
ApprenPceship UPlizaPon Penalty will be calculated as described below:
ApprenPce
UPlizaPon
Penalty
14% 14.99 $2,000
13% 13.99 $4,000
12% 12.99 $6,000
11% 11.99 $8,000
10% 10.99 $10,000
9% 9.99 $12,000
8% 8.99 $14,000
7% 7.99 $16,000
02/19/2026
47
6% 6.99 $18,000
5% 5.99 $20,000
4% 4.99 $22,000
3% 3.99 $24,000
2% 2.99 $26,000
1% 1.99 $28,000
0% 0.99 $30,000
The Contractor shall include all related costs in the unit Bid prices of the Contract, included
but not limited to implemenPng, developing, documenPng, and administering an
apprenPceship uPlizaPon program, recording and reporPng hours and all other costs to
comply with this provision.
1-07.9(5) Required Documents
1.07.9(5)A General
(July 8, 2024, APWA GSP)
This secPon is revised to read as follows:
All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and CerPfied
Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be
submiTed to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit
(PWIA) system. When apprenPceship is a requirement of the contract, include in PWIA all
apprenPces.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
(Feb 3, 2025, Renton GSP)
Section 1-07.11(11) is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy
of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document
will be bound in the bid documents.
1-07.13 Contractor’s Responsibility for Work
1-07.13(1) General
(March 3, 2025, Renton GSP)
02/19/2026
48
Section 1-07.13(1) is supplemented as follows:
During unfavorable weather and other conditions, the Contractor shall pursue only such
portions of the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist unless the Contractor shall be
able to overcome said unfavorable conditions by special means or precautions acceptable to
the Engineer.
1-07.15 Temporary Water Pollution Prevention
(Project Special Provisions, PSP)
Section 1-07.15(2) is a new section:
The Contractor shall perform all Work in strict accordance with all Federal, State, and local
laws and regulations governing waters of the State, as well as permits acquired for the
project.
Construction sites have the potential to pollute stormwater by sediment erosion and by
ineffective management of onsite construction related activities and material storages.
The Construction Stormwater Pollution Prevention (CSWPP) plan is comprised of the Erosion
and Sediment Control (ESC) Plan to address erosion and sediment control requirements and
the Stormwater Pollution Prevention and Spill Control (SWPPS) to aid effective management
of onsite activities and materials.
The Contractor shall be responsible for preparing and submitting the Erosion and Sediment
Control (ESC) and Stormwater Pollution Prevention and Spill Prevention (SWPPS) Plan to the
City for approval and for implementing the approved plan.
The Contractor shall develop the ESC and SWPPS in accordance with the current City of
Renton Surface Water Design Manual, Appendix D. The plan shall include all assumptions,
detailed calculations, sketches, and construction sequencing.
The ESC and SWPPS Plan shall be submitted to the City for approval as a Type 2 Working
Drawing and as a work plan under the “Erosion and Water Pollution Prevention” bid item
within 45 calendar days of the Notice of Award. The ESC Plan shall include all configurations
necessary to effectively control erosion and sediment throughout the various stages of
construction.
Design of construction dewatering, water pollutant control, storm bypass systems, ESC and
SWPPS during construction shall be the responsibility of the Contractor.
At a minimum, the plans shall contain:
1. Manufacturer’s data and detailed plans for the ESC and SWPPS products specified in
the plan.
2. Plan for temporary storm bypass pumping and system. This shall include a description
of when the piping will be used, pipe material, locations, elevations, plan and profile
02/19/2026
49
views, inlet and outlet protection, hydraulic capacity, and details of important design
features.
3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering
discharge, and seepage from the source to the temporary sedimentation tank (Baker
Tank) or acceptable discharge. The plan shall be shown in phases to coincide with the
phases of construction. The plan shall include:
a. Layout and details of system.
b. Diversion systems manufacturer’s data and material submittals.
c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump
sizing.
d. Flow calculations for stormwater, seepage, and dewatering pump discharge.
Schedule and sketch of location for dewatering systems. Pumps shall be sized to
pump stormwater runoff for the tributary area plus an allowance for groundwater
and surface seepage. Each pump area location shall be equipped with two pumps
meeting the capacity requirement in case one is non-operational.
e. Source of power for pumps, description of schedule and fueling requirements,
storage location, and methods.
4. Manufacturer’s literature and test results (certificates) on the temporary silt fence,
erosion control matting, riprap gradations, and any other necessary erosion control
materials.
5. Planned installation and maintenance schedule for temporary erosion and
sedimentation control facilities. Indicate locations and outlets of dewatering systems.
The Contractor shall:
• Furnish, install, operate, and maintain necessary machinery, appurtenances, and
equipment to keep excavations free of water during construction.
• Dewater and dispose of water in a manner that will not cause injury to public and
private property, as well as keep sediment-laden water from entering the City surface
water system or violate applicable water standards.
• Keep sufficient pumping equipment and machinery on hand at all times for
emergencies, including electric power failures.
• Keep experienced personnel available at all times to operate pumping equipment,
machinery and appliances.
• Not shut down dewatering systems between shifts, on holidays and weekends, nor
during work stoppages without prior authorization by the Engineer.
• Control groundwater to prevent softening of bottoms of excavations, or formation of
“quick” conditions or “boils”.
• Design and operate dewatering system that will not remove natural soils.
02/19/2026
50
• Keep excavations free of water during excavation, construction of structures,
installation of pipelines, placing of structures, backfill, and placing and curing of
concrete. and
• Control surface water runoff to prevent entry and collection in excavations.
As construction progresses and unexpected or seasonal conditions dictate, the Contractor
shall anticipate that more water pollution and ESC measures will be necessary. It shall be the
obligation and responsibility of the Contractor to revise or supplement the ESC measures as
may be needed to protect the work, adjacent properties, storm drains, streams, and other
water bodies.
At all times, there must be material on the job site to handle any spills caused by the
Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil
absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense
and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials.
In addition, the CSWPP shall outline the procedures to be used to prevent high pH stormwater
or dewatering water from entering surface waters. The plan shall include how the pH of the
water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the
project or entering surface waters. Prior to beginning any concrete or grinding work, the
Contractor shall submit the plan, for the Engineer’s review and approval.
The Engineer’s review and any resulting approval of the Contractor’s CSWPP will be only
regarding conformance with the specification requirements. The Contractor shall have the
CSWPP plans prepared by a CPESC or professional Civil Engineer who has expertise in the type
of facilities and who shall be responsible for verifying that the CSWPP includes all the items
specified and required for such plans. The Contractor shall be solely responsible for the
adequacy of the CSWPP. If erosion, sediment, or other pollutant control measures become
necessary to minimize erosion and prevent storm water contamination from sediment and
other pollutants, the Contractor shall prepare and submit a revised CSWPP plan to the
Engineer for review as specified for the original plan. The costs associated with preparing the
original, as any revisions and resubmittal of CSWPP shall be included in “Erosion and Water
Pollution Prevention” bid item.
The Owner will not be liable to the Contractor for failure to accept all or any portion of an
originally submitted or revised CSWPP Plan, nor for any delays to the Work due to the
Contractor’s failure to submit and implement an acceptable CSWPP Plan.
The use of gasoline for refilling excavator and other heavy equipment is anticipated for this
project. All gasoline containers used onsite must have a tide lip and be kept within a
secondary containment. Spill cleanup and response materials must be kept on site at all
times. In the event of a spill, cleaning up the site must be immediately performed. All spill
and cleanup materials shall be disposed of in accordance with applicable regulations. All spill
incidents must be reported to the Engineer.
Asphalt concrete sawcutting, and waste materials removed from the project site must be
disposed in accordance with applicable regulations.
02/19/2026
51
ESC and Stabilization of the area around the northeast corner of the existing 2.0 MG reservoir
as required for any Contractor storage and staging shall be included in the “Erosion and Water
Pollution Prevention” bid item.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
(Feb 3, 2025, Renton GSP)
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private
property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work
under the Contract together with the right of access to such lands. The Contractor shall not
unreasonably encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land
and access thereto not shown or described that may be required for temporary construction
facilities or storage of materials. He shall construct all access roads, detour roads, or other
temporary Work as required by his operations. The Contractor shall confine his equipment,
storage of material, and operation of his workers to those areas shown and described and
such additional areas as he may provide.
A. General. All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-of-
way or franchise. All Work shall be accomplished so as to cause the least amount of
disturbance and a minimum amount of damage. The Contractor shall schedule his Work
so that trenches across easements shall not be left open during weekends or holidays and
trenches shall not be open for more than 48 hours.
B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the Work and, if required, shall rebuild the structures thus removed
in as good a condition as found. He shall also repair all existing structures that may be
damaged as a result of the Work under this contract.
C. Easements, cultivated areas, and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of
the Contractor shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way, the Contractor shall strip
topsoil from the trench or construction area and stockpile it in such a manner that it may
be replaced by him, upon completion of construction. Ornamental trees and shrubbery
shall be carefully removed with the earth surrounding their roots wrapped in burlap and
replanted in their original positions within 48 hours.
02/19/2026
52
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with
material of equal quality at no additional cost to the Contracting Agency. If it is necessary
to trench through any lawn area, the sod shall be carefully cut and rolled and replaced
after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or
other means, of all earth and debris.
The Contractor shall use rubber wheel equipment like the small tractor-type backhoes
used by side sewer contractors for all Work, including excavation and backfill, on
easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or
other temporary obstacles shall be removed by the Contractor and immediately replace,
after the trench is backfilled, in their original position. The Contractor shall notify the
Contracting Agency and Property Owner at least 24 hours in advance of any Work done
on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering
and/or other construction activity under this contract shall be restored to their original
condition or better. The original condition shall be established by photographs taken
and/or inspection made prior to construction. All such Work shall be done to the
satisfaction of the Property Owners and the Contracting Agency at the expense of the
Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets (traveled ways) used by him if damaged.
In the event the Contractor does not have labor or material immediately available to
make necessary repairs, the Contractor shall so inform the Contracting Agency. The
Contracting Agency will make the necessary repairs, and the cost of such repairs shall be
paid by the Contractor.
The Contractor is responsible for identifying and documenting any damage that is pre-
existing or caused by others. Restoration of excavation in City streets shall be done in
accordance with Construction Plans or the City of Renton Trench Restoration Requirements,
which is available at the Public Works Department Customer Services counter on the 6th
floor, Renton City Hall, 1055 South Grady Way.
1-07.17 Utilities and Similar Facilities
(Project Special Provisions, PSP)
Section 1-07.17 is supplemented by adding:
Information and data shown or indicated in the Contract Documents with respect to existing
underground utilities or services at or contiguous to the project site are based on information
and data furnished to the Owner and the Engineer by owners of such underground facilities
or others, and the Owner and the Engineer do not assume responsibility for the accuracy or
completeness thereof. It is to be understood that other aboveground or underground
facilities not shown in the Plans may be encountered during the course of the Work.
02/19/2026
53
As an incidental cost to various bid items, Contractor shall have full responsibility for:
1. Reviewing and checking all information and data regarding existing underground
facilities at the site.
2. The safety and protection of all existing underground facilities at the site and repair
any damage thereto resulting from the work.
All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow
their location to be determined by the Engineer or utility personnel under adverse conditions,
(inclement weather or darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
assume that every property parcel will be served by a service connection for each type of
utility.
The Contractor shall coordinate the work and conduct a utility coordination meeting with the
utility companies concerning any possible conflict, relocations, adjustments, and
replacements prior to commencing excavation in any area and submit documentation of said
meeting to the Engineer. The Contractor shall resolve all crossing and clearance problems with
the utility company concerned. No excavation shall begin until all known facilities, in the
vicinity of the excavation area, have been located and marked. All costs for utility
coordination, discussions, and meetings shall be considered incidental to the Contract and no
additional compensation will be made.
In addition to the Contractor having all utilities field marked/located before starting Work, the
Contractor shall have all utilities field marked after they are relocated in conjunction with this
project. The existing utilities within the project limits may include:
Water City of Renton (425) 430-7400
Storm Water City of Renton (425) 430-7400
Sanitary Sewer City of Renton (425) 430-7400
Telemetry and Communication City of Renton (425) 430-7400
Power & Gas PSE (206) 379-4347
(425) 449-6609
Cable TV Comcast (253) 686-7592
Communication Lumen (206) 733-8857
Communication MCI/Verizon (425) 301-8658
Communication Zayo (425) 441-0653
Call Before You Dig
The 48-Hour Locators
1-800-424-5555.
If the utilities are not included in the one call number system service, notice shall be provided
02/19/2026
54
individually to those owners of underground utilities known to or suspected of having
underground utilities within the area of proposed excavation.
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, the Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and progress
schedule. The Contractor is also warned that there may be utilities on the project that are not
part of the One Call system. They must be contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners
to have a representative present when their utility is exposed or modified, if the utility
chooses to do so. All costs for Call Before You Dig shall be considered incidental to the
Contract and no additional compensation will be made.
Notice by Contractor
If Contractor believes that an underground facility that is uncovered or revealed at the site
was not shown or indicated in the Contract Documents, or was not shown or indicated with
reasonable accuracy, then Contractor shall, promptly after becoming aware thereof and
before further disturbing conditions affected thereby or performing any work in connection
therewith, identify the owner of such underground facility and give written notice to that
owner and to the Engineer.
Engineer’s Review.
Engineers will promptly review the underground facility and conclude whether such
underground utility was not shown or indicated in the Contract Documents or was not shown
or indicated with reasonable accuracy. The Engineer will.
• Obtain any pertinent cost or schedule information from Contractor.
• Prepare recommendation regarding the contractor’s resumption of work in
connection with the underground facility in question.
• Determine the extent (if any) to which a change is required in the Drawings or
Specifications to reflect and document the consequences of the existence or location
of the underground facility.
• Advise Contractor in writing of Engineer’s findings, conclusions, and
recommendations.
During such time, Contractor shall be responsible for the safety and protection of such
underground utility.
Utility Adjustments and Conflicts
Existing utilities for telephone, power, gas, water, and/or television cable facilities shall be
adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans.
These adjustments may be completed before the Contractor begins Work or may be
performed in conjunction with the Contract Work. The Contractor shall be entirely
02/19/2026
55
responsible as an incidental cost for coordination with the utility companies and arranging
for the movements or adjustments, either temporary or permanent, of their facilities within
the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on
other aspects of the project whenever possible. No additional compensation will be made to
the Contractor for reason of delay caused by the actions of any utility company, and the
Contractor shall consider such costs to be incidental to the other items of the Contract.
The Contractor shall be responsible for adjusting his work critical path method (CPM)
schedule and/or reassign his work forces and equipment to other areas of work. If or when
utility conflicts occur, the Contractor shall provide utility companies with reasonable amount
of total working days to adjust or relocate their utilities to avoid the conflicts with the
proposed works.
The Contractor shall be responsible for any damage of existing utilities or services resulting
from his operations and shall hold the City harmless form any claims resulting from disruption
of service or damage to facilities.
Utility Potholing
Potholing is included as bid items for use in determining the location of existing utilities in
advance of the Contractor's operations. The Contractor shall notice the Engineer at least 2
working days before potholing is scheduled. Additionally, the Contractor shall provide
potholing in other locations that are not shown in the Plans or at the Engineer's request.
The Contracting Agency may direct the Contractor for additional potholing of existing utilities
not identified in the Plans to verify the field locations and depths. The Contract Agency will
pay the Contractor for additional requested potholing and/or potholing existing utilities not
identified in the Plan per Section 1-07.17(3).
Potholed areas must be backfilled immediately after potholing has been performed and the
surface restored and maintained in a manner satisfactory to the owner.
In no way shall the Work described under Utility Potholing relieve the Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents.
Potholing shall include excavation and backfilling of the existing utility, identification of the
pipe or line size, material type and condition horizontally and vertically. Potholes shall be
backfilled with select imported backfill compacted to 95% maximum density compaction in
roadway area, as directed by the Engineer. Backfills in non-paved areas can be performed
utilizing same material and compacting it to 90% maximum density compaction.
In areas subject to public traffic, potholes or pothole areas shall be neatly sawcut and paved
with hot mix asphalt (HMA) patch with minimum thickness of 8 inches or matching the depth
of the surrounding pavement.
King County Metro Transit
Any construction or installation activities affecting Transit Operations or Facilities must be
02/19/2026
56
coordinated through Metro Transit Construction Information Center. The Contractor shall
provide five business days notification for bus reroutes and for bus stop impacts. For
notification information and guidelines, please visit:
http://www.kingcounty.gov/transportation/kcdot/MetroTransit/Construction.aspx
or contact Construction Coordinators at telephone number 206-477-1140. For more
information see Special Provision Section 1-10.3(4).
1-07.17(3) Site Specific Potholing
(Project Special Provisions, PSP)
Section 1-07.17(3) is a new section:
Site Specific Potholing is intended to be potholing as identified in the Plans or as
directed/requested by the Engineer. The Contractor shall perform exploratory excavations as
required to collect as-built information (if any). The Contractor shall verify the depth,
location, alignment, size, and material of existing underground utilities. The Contractor shall
immediately notify the Engineer if field conditions differ from the expected conditions shown
in the Construction Plans. The Contractor shall perform all potholing identified on the plans
or directed by the Engineer prior to any construction to allow for any potential design
modifications. The Contractor is responsible to verify depth, location, alignment, and size of
all existing utilities either specifically called for or not on the Plans. For these utilities, the
Contractor shall allow the Engineer 10 working days after the written results are received to
allow for minor design modifications when needed.
When an existing utility likely conflicts with the proposed work, the Contractor shall allow the
franchise utility owners with reasonable amount of total working days to adjust or relocate
their existing utilities. The Contractor shall use the information obtained by potholing for
procurement of suitable materials to revise the work accordingly, where required by the
Contract. Upon completion of excavation the material can be used for temporary restoration.
Where underground utilities are found to be in the way of construction, such condition shall
not be deemed to be a changed or differing site condition, and if necessary, pipe alignment
or grade shall be modified.
No payment will be made unless potholing has been performed prior to trench excavation
and witnessed by the Engineer. Different utilities may be found to occupy a common trench.
Any two or more utilities horizontally separated by 4 feet or less shall constitute one pothole
and be measured and paid for one site specific potholing. The quantity for Site Specific
Potholing is included to provide a common proposal for bid purposes. The actual quantity
used in construction may vary from that amount. The unit price will not be adjusted if the
actual quantity used varies by more than 25 percent.
The contractor shall perform site specific potholing a minimum of 20 working days prior to
crossing and/or the installation of new facilities to allow for potential revisions. The
contractor shall not have cause for claim of down-time or any other additional costs
02/19/2026
57
associated with ‘waiting’ if the owner provides design revisions (related to the information
supplied per this section) within 10 working days after the contractor provides the surveyed
elevations.
In no way shall the Work described under Site Specific Potholing relieve the Contractor of any
of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special
Provisions, and elsewhere in the Contract Documents.
1-07.17(4) Interruption of Services
(Feb 3, 2025, Renton GSP)
Section 1-07.17(4) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an
outage of utilities, it shall be the Contractor's responsibility to notify the affected users and
the Engineer not less than 48 hours in advance of such outage. The Contractor shall make
reasonable effort to minimize the duration of outages and shall estimate the length of time
service will be interrupted and so notify the users. In the case of any utility outage that has
exceeded or will exceed four hours, user contact shall again be made. Temporary service, if
needed, will be arranged by the Contractor at no cost to the Owner.
Water service interruptions, shut-offs, and connections shall be in accordance with Section 7-
09.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various
unit and Lump sum items of the Contract; no separate payment will be made.
In the event on an unplanned interruption of service, the Contractor shall be responsible for
notifying the utility owner and customer immediately. The Contractor shall be solely
responsible for repairing any broken utilities and/or services in a timely manner.
1-07.17(5) Resolution of Utility Conflicts
(Project Special Provisions, PSP)
Section 1-07.17(5) is a new section:
In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of
any of the responsibilities described in Section 1-07.17 of the Standard Specifications and
Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts
occur, Contractor shall continue the construction process on other aspects of the project
whenever possible.
“Resolution of utility conflicts for Proposed Storm System and for Proposed Water System”
are included as bid items described in Section 1-09.14, it shall be used to resolve any new
identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that
are identified during the course of construction.
02/19/2026
58
In the event that 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 progression
of a specific work item (i.e. storm drainage, underground utility installation etc.) due
to conflicts with existing facilities. However, payment for standby time shall be limited
to:
(1) For each agreed upon conflict, a maximum of four (4) 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.
(2) If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
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. This work includes but is not limited
to:
(1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain, undergrounding of overhead utilities, illumination,
and signal, to avoid existing utility conflicts.
(2) Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in Section 1-04.4
of the Standard Specifications.
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.
02/19/2026
59
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor’s Work through the term of the Contract and for
thirty (30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims-made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made and state the retroactive date. Claims-
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the
Contractor shall annually provide the Contracting Agency with proof of renewal. If
renewal of the claims made form of coverage becomes unavailable, or economically
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.
1. 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
02/19/2026
60
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
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.
02/19/2026
61
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance,
or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in
equity.
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:
02/19/2026
62
$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
1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for
claims involving bodily injury, property damage (including loss of use of tangible property
that has not been physically injured), cleanup costs, remediation, disposal or other handling
of pollutants, including costs and expenses incurred in the investigation, defense, or
settlement of claims, arising out of any one or more of the following:
1. Contractor’s operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based paint
or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.22 Use of Explosives
(Feb 3, 2025, Renton GSP)
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under
such restrictions as may be required by the proper authorities. The individual in charge of the
02/19/2026
63
blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary
in conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(Project Special Provisions, PSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through
the Work with the least possible inconvenience or delay. The Contractor shall maintain
existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping
them in good, clean, safe condition at any time they are open to the public. Accessibility to
existing or temporary pedestrian push buttons shall not be impaired. Deficiencies caused by
the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not
caused by the Contractor’s operations shall be repaired by the Contractor when directed by
the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads,
streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the
Contractor’s operations. Snow and ice control will be performed by the Contracting Agency
on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s
expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work
proceeds. The Contracting Agency will continue the route maintenance on such
system.
3. Maintain the striping on the roadway. The Contractor shall be responsible for
scheduling when to renew striping, subject to the approval of the Engineer. When the
scope of the project does not require Work on the roadway, the Contracting Agency
will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair and replacement of signs will be at the
Contracting Agency’s expense, except those damaged due to the Contractor’s
operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency’s expense when approved by the
Engineer, except when flow is impaired due to the Contractor’s operations.
Section 1-07.23(1) is supplemented by adding the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and
02/19/2026
64
on any street, which is utilized by his equipment for the duration of the project. The
Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of
equipment as deemed necessary by the Engineer, to avoid creating a nuisance.
Furnishing and using watering trucks, power sweepers, and other pieces of equipment for
dust and mud control shall be considered as incidental to the project and no compensation
will be made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership
will be transmitted to the Contractor and prompt action in correcting them will be required
by the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to
minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be
borne by the Contractor.
At least one lane of one-way traffic shall be maintained on all streets within the project limits
during working hours except at specific locations noted in the plans or special provisions. One
lane shall be provided in each direction for all streets during non-working hours except at
specific locations noted in the plans or special provisions.
During non-working hours, the Contractor shall keep the existing traffic lanes clear for traffic
without interference from the operations including all approaches, driveways, and
intersections.
The Contractor shall provide one drivable roadway lane and maintain convenient access for
local and commuter traffic to driveways, businesses, and buildings along the line of Work
throughout the course of the project. Such access shall be maintained as near as possible to
that which existed prior to the commencement of construction. This restriction shall not apply
to the paving portion of the construction process.
The Contractor shall notify and coordinate with all property owners and tenants of street
closures, or other restrictions which may interfere with their access at least 24 hours in
advance for single-family residential property, and at least 48 hours in advance for
apartments, offices, and commercial property. The Contractor shall give a copy of all notices
to the Engineer.
When the abutting owners’ access across the right-of-way line is to be eliminated and
replaced under the Contract by other access, the existing access shall not be closed until the
replacement access facility is available.
All unattended excavations shall be properly barricaded and covered at all times. The
Contractor shall not open any trenches that cannot be completed and refilled that same day.
Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s expense,
except in areas where the roadway remains closed to public traffic. Steel plates must be
anchored.
02/19/2026
65
1-07.23(1)B Open Trenches
1-07.23(1)B2 Steel Plates
(Project Special Provisions, PSP)
Section 1-07.23(1)B2 is supplemented by the following:
When a steel plate is necessary as incidental costs to various bid items to cover an excavation,
each side of the plate shall have a minimum of 12 inches bearing on the sides of a cut and
shall be anchored by steel pins. Plates shall be bedded on temporary pavement patch material
and shimmed, pinned, recessed, or secured with asphalt wedges and be of A36 grade or
better to prevent movement, oriented to be perpendicular to traffic. Edges must be tapered
for smooth transitions. The bedding shall be tapered on all sides to provide smooth transition
for all users. Plates shall be textured to provide a non-skid surface in dry and wet conditions
acceptable to the Engineer. All plates shall be highlighted with paint at the edges, and an
advance warning sign shall be used to identify the presence of the plate. Plates shall not be
left on an undisturbed roadway unless in an approved storage area.
1-07.24 Rights-of-Way
(July 23, 2015, APWA GSP)
Delete this section in its entirety, and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated
on the Drawings. The Contractor’s construction activities shall be confined within these limits
unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way
and easements, both permanent and temporary, necessary for carrying out the completion
of the Work. Exceptions to this are noted in the Contract Documents or 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 are 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 on the Drawings. 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 had 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 of 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.
02/19/2026
66
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 expenses or liability of 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 with 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 is established.
1-07.29 Confined Space Entry
(Project Special Provisions, PSP)
Section 1-07.29 is new section:
The Contractor shall:
1. Review and be familiar with the City’s Public Works Confined Space Entry Program.
2. Review documented information about the City’s confined spaces in which entry is
intended as listed and described in the City’s Attribute and Map Book. This information
includes identified hazards for each permit-required confined space.
3. Each contractor shall have their own confined space entry program. Upon request of
the City, the Contractor must provide a statement confirming they are in compliance
with their confined space entry program including requirements for confined space
training for employees associated with the project in Renton.
4. Be responsible for following all confined space requirements established by the
provisions in WAC 296-809 and its chapters.
5. Coordinate entry operations with the City of Renton when employees from the
contractor will be working in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program followed
during confined space entry.
7. Debrief the City on any hazards confronted or created at the completion of entry
operations.
8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering”
at each confined space to be entered. Never leave the confined space open and
unattended.
02/19/2026
67
The contractor’s or consultant’s point of contact with the city regarding confined space
entry will be the City’s assigned construction inspector.
1-08 PROSECUTION AND PROGRESS
(Project Special Provisions, PSP)
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
The Engineer will furnish the Contractor with copies of the Contract Documents per Section
1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at
the cost of reproduction. Prior to undertaking each part of the Work, the Contractor shall
carefully study and compare the Contract Documents, and check and verify pertinent figures
shown therein and all applicable field measurements. The Contractor shall promptly report in
writing to the Engineer any conflict, error, or discrepancy, which the Contractor may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
• Contractor's plan of operation and progress schedule (3+ copies).
• Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid).
• List of materials fabricated or manufactured off the project.
• Material sources on the project.
• Names of principal suppliers.
• Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working
and standby rates in weekly and monthly).
• Weighted wage rates for all employee classifications anticipated to be used on Project.
• Cost percentage breakdown for lump sum bid item(s).
• Shop Drawings (bring preliminary list).
• Confirm the use of the approved Traffic Control Plans in contract documents or submit
traffic control plans (3+ copies)
• Temporary Water Pollution/Erosion and Sediment Control (ESC) Plan and Stormwater
Pollution Prevention and Spill Control (SWPPS) Plan.
• Other plans as required and described in the Mobilization and Demobilization Bid Item
description and/or other bid items including but not limited to.
Proposed Construction Sequence and Schedule for all major items of work.
Dewatering Plan.
02/19/2026
68
Mobilization Plan.
Trench and Excavation Safety System Plan.
Lists of Material Disposal Site for various waste materials and copies of the site
current permits/license, and approval.
Pedestrian Handling Plan.
Safety and Accident Prevention Program/Plan.
• Stormwater Bypass Pumping and System Plan.
• Copy of the surveyor’s license or letter from the surveyor stating that the work will be
performed under the direction of a professional land surveyor licensed by the State of
Washington.
• CESCL Certificate (if required).
• TCS Certificate (if required).
In addition, the Contractor shall be prepared to address:
• Bonds and insurance.
• Project meetings – schedule and responsibilities.
• Provision for inspection of materials from outside sources.
• Responsibility for locating utilities.
• Responsibility for damage.
• Time schedule for relocations, if by other than the Contractor.
• Compliance with Contract Documents.
• Acceptance and approval of Work.
• Labor compliance, payrolls, and certifications.
• Safety regulations for the Contractors’ and the Owner's employees and
representatives.
• Suspension of Work, time extensions.
• Change order procedures.
• Progress estimates, procedures for payment.
• Special requirements of funding agencies.
• Construction engineering, advance notice of special Work.
• Any interpretation of the Contract Documents requested by the Contractor.
• Any conflicts or omissions in Contract Documents.
• Any other problems or questions concerning the Work.
• Processing and administration of public complaints.
• Easements and rights-of-entry.
• Other contracts.
The franchise utilities may be present at the preconstruction conference, and the Contractor
should be prepared for their review and discussion of progress schedule and coordination.
02/19/2026
69
1-08.0(2) Hours of Work
(Project Special Provisions, PSP)
Section 1-08.0(2) is a new subsection:
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the
normal straight time working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and
a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be
established at the preconstruction conference or prior to the Contractor commencing the
Work.
If the Contractor desires to perform Work between 6:00 p.m. and 10:00 p.m. on any working
day, the Contractor shall apply in writing to the Engineer for permission to Work such times.
Such requests shall be submitted to the Engineer no later than noon on the working day prior
to the day for which the Contractor is requesting permission to Work.
Night Works between the hours of 10:00 p.m. and 7:00 a.m. will not be allowed.
No construction activities including potholing utilities and/or roadway closures are
permitted within the Sunset Blvd NE intersection from June 1, 2026, to July 15, 2026.
Permission to Work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. on
Saturdays, Sundays, Holidays or other than the agreed upon normal straight time working
hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or the Engineer. These conditions may include but are not limited to:
• Requiring the Engineer or such assistants as the Engineer may deem necessary to be
present during the Work.
• Requiring the Contractor to reimburse the Contracting Agency for the cost of
engineering salaries paid Contracting Agency employees who worked during such
times.
• Considering the Work performed on Saturdays, Sundays, and holidays as working days
with regards to the Contract Time.
• 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. Assistants may
include, but are not limited to, survey crews; personnel from the material testing labs;
inspectors; and other Contracting Agency employees when in the opinion of the
Engineer such Work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(Feb 3, 2025, Renton GSP)
Section 1-08.0(3) is a new subsection:
02/19/2026
70
Where the Contractor elects to Work on a Saturday, Sunday, Holiday, or longer than an 8-hour
Work shift on a regular working day, as defined in the Standard Specifications, such Work shall
be considered as overtime Work. On all such overtime Work an inspector will be present, and
a survey crew may be required at the discretion of the Engineer. The Contractor shall
reimburse the Contracting Agency for the full amount of the straight time plus overtime costs
for employees and representative(s) of the Contracting Agency required to work overtime
hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such
costs from the amount due or to become due the Contractor.
1-08.1 Subcontracting
(Project Special Provisions, PSP)
Revise the second paragraph to read:
The Contractor shall not subcontract Work unless the Engineer approves in writing. Each
request to subcontract shall be on the form the Engineer provides. If the Engineer requests,
the Contractor shall provide proof that subcontractor has the experience, ability, and
equipment the Work requires. The Contractor shall require each subcontractor to comply with
Section 1-07.9, Wages, and to furnish all certificates and statements required by the Contract.
The Contractor shall require each subcontractor of every tier to meet the responsibility
criteria stated in RCW 39.06 and shall include these requirements in every subcontract of
every tier.
(Feb 3, 2025, Renton GSP)
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by the Contractor to the
Engineer at least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions
of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly
employed by the subcontractors, as well as for the acts and omissions of persons directly
employed by the Contractor. The Contractor shall be required to give personal attention to
the Work that is sublet. Nothing contained in the Contract Documents shall create any
contractual relation between any subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.3 Progress Schedule
(Project Special Provisions, PSP)
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted to the Engineer 7 calendar
days prior to the Preconstruction Conference. The schedule shall be prepared using the
critical path method (CPM), preferably using Microsoft Project or equivalent software. The
02/19/2026
71
schedule shall contain this information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a
complete and functional project are considered. Any activity that has a scheduled
duration exceeding 30 calendar days shall be subdivided until no sub-element has a
duration exceeding 30 calendar days.
2. The schedule shall clearly indicate the activities that comprise the critical path. For
each activity not on the critical path, the schedule shall show the float, or slack, time.
3. Procurement of material and equipment.
4. Submittals requiring review by the Engineer. Submittals by the Contractor and review
by the Engineer shall be shown as separate activities.
5. Work to be performed by a subcontractor, agent, or any third party.
6. Allowances for delays that could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor,
and adjust their facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed
necessary in the opinion of the Engineer, in the interest of public safety and welfare of the
Owner, or for coordination with any other activity of other contractors, the availability of all
or portions of the job site, or special provisions of this Contract, or to reasonably meet the
completion date of the project. The Contractor shall provide such revised schedule within 10
days of request.
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly
behind schedule, the Contractor may be required to submit a plan for regaining progress and
a revised schedule indicating how the remaining Work items will be completed within the
authorized contract time.
The Progress Schedule shall reflect the proposed staging and identify key milestones and
activities including any subcontracting submittals, reviews, and/or approvals. Examples
include, but are not limited to, the Temporary Erosion and Sediment Control Plan, Temporary
Traffic Control Plan, and, if applicable, proposed weekend work with associated authorization
request, asbestos abatement and removal notifications (when asbestos cement pipe work is
specified in the contract documents), and proposed plan for temporary water service, if
applicable, in conjunction with the proposed construction sequence.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels
will require revision of the schedule and shall promptly submit proposed revisions in the
progress schedule for acceptance by the Engineer. When such changes are accepted by the
Engineer, the revised schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer
which sets forth specific Work to be performed the following week, and a tentative schedule
02/19/2026
72
for the second week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work
against the progress schedule a minimum of two times per month. Failure, without just cause,
to maintain progress in accordance with the approved schedule shall constitute a breach of
Contract. If, through no fault of the Contractor, the proposed construction schedule cannot
be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer
for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the
original schedule.
Failure of the Contractor to follow the progress schedule submitted and accepted, including
revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and
making available all or any portion of the job site, and will relieve the Owner of any
responsibility for delays to the Contractor in the performance of the Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and
weekly schedules shall be considered incidental to the Contract and no other compensation
shall be made.
1-08.4 Prosecution of the Work
(July 23, 2015, APWA GSP)
Section 1-08.4 is replaced with the following:
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.
Where 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 the high visibility fencing, as described in the Contract.
02/19/2026
73
(Project Special Provisions, PSP)
Section 1-08.4 is supplemented with the following new section:
1-08.4(a) Phasing and Sequencing of Work
The work is to be generally constructed in two (2) separate sections or construction stages.
The stages are defined as follows:
Stage 1: NE 12th St from Edmonds Ave NE to the west margin of Sunset Blvd NE
Stage 2: NE 12th St from the west margin of Sunset Blvd NE to Queen Ave NE, and along
Monroe Ave NE
Each section shall be constructed and tested, independent of the other sections.
Construction of each section is to be completed in all respects, to the extent possible,
before beginning construction on subsequent sections, including testing, disinfection,
connections, services transfers, abandoning existing mains and surface restoration
(trenches patches).
The existing water distribution system shall not be interrupted or taken out of service with
provisions provided for temporary water service and/or Owner approval for service
shutdown. The contractor shall coordinate and sequence the work in a manner that will
ensure that the integrity of the overall operation and capacity of the water distribution
system is maintained at all times.
The following describes the general anticipated sequencing and staging of work needed to
maintain water distribution system operation during construction. This sequencing
described is intended to provide the contractor with a minimum set of guidelines that
should be considered in planning the work and should not be construed as being a complete
or comprehensive outline of the required construction sequencing and work plan. The
contractor shall be required to develop his own work plan that addresses the following, as
well as all other elements of construction that may be required to construct the proposed
improvements, maintain utility service to customers, protect public and control traffic, and
restore the project area to existing or better conditions.
Stage 1 consists of the bulk of the work along NE 12th St from Edmonds Ave NE to the west
margin of Sunset Blvd NE and shall include the following:
1. Installation of all temporary caps and thrust blocking required to facilitate water
main construction. This will include partial removal of water main as required to
install temporary measures.
2. Installation of new 565-zone water main up to, but not including connections to
existing and meter reconnects, and installation of concurrent fiber conduit from
Edmonds Ave NE to the west margin of Sunset Blvd NE. Removal of existing storm
infrastructure as designated on plans may be necessary for installation of water
main. If existing storm infrastructure is removed as part of new water main
installation, the related proposed storm improvements must be immediately
installed after the proposed water main construction progress is beyond the
effected storm structures and/or pipe. Only storm pipes and structures that are to
02/19/2026
74
be removed as part of this project may be removed during the water main
construction without written approval of the Engineer and City.
3. Installation of new 435-zone water main up to, but not including connections to
existing, at the intersection of Edmonds and NE 12th St. This includes removal of
existing 435-zone water main that was inactive due to the temporary caps and
thrust blocks. See Testing and Final Configurations for proposed phasing of the 435-
zone improvements at this intersection.
4. Installation of new 435-zone water main at the intersection of Harrington Ave NE
and NE 12th St.
5. Cleaning, testing, and disinfection of all new water mains.
6. Connections to all existing water mains, transfer of all water services to the new
565-zone water main, and abandonment and/or partial removal of all existing water
main infrastructure as described in the plans.
7. Installation of new storm pipes and structures along NE 12th St to the west margin
of Jefferson Ave NE. This includes removal of existing storm pipes and structures as
necessary to complete the proposed improvements.
8. Cleaning and testing of all new storm infrastructure.
9. Abandonment and/or partial removal of all existing storm infrastructure as
described in the plans.
10. Sawcutting T-cuts and subsequent installation of final asphalt patching for all water,
fiber, and storm utility trenches.
At the completion of this stage, all water main, storm system improvements, and fiber optic
conduit installation along NE 12th St from Edmonds Ave NE to the west margin of Sunset Blvd
NE will be fully functional.
Stage 2 consists of work along NE 12th St from the west margin of Sunset Blvd NE to Queen
Ave NE, and along Monroe Ave NE, and shall include the following:
1. Installation of new 565-zone water main up to, but not including connections to
existing and meter reconnects, and concurrent fiber conduit from the west margin
of Sunset Blvd NE to Queen Ave NE as well as on Monroe Ave NE.
2. Installation of new 435-zone water main at the intersection of NE Sunset Blvd and
NE 12th St, including the temporary tie-in shown in the Testing and Final
Configuration plans, but not including Connection to Existing M or Connection to
Existing Z.
3. Cleaning, testing, and disinfection of 435-zone water main at the intersection of NE
Sunset Blvd and NE 12th St and all new 565-zone water mains.
4. Connection of new Stage 2 565-zone water main to new Stage 1 565-zone water
main.
5. Connections of all cleaned, tested, and disinfected new water mains to all existing
water mains, transfer of all water services to the new 565-zone water main, and
partial removal of all existing water main infrastructure necessary to perform
connections and meter reconnects.
6. Abandonment and removal as necessary of existing 565-zone water main as
described in the plans.
02/19/2026
75
7. Installation of new 435-zone water main from existing inlet/outlet reservoir pipe to
the east end of site up to but not including connections to existing.
8. Cleaning, testing, and disinfection of new 435-zone water main from existing
inlet/outlet reservoir pipe to the east end of site.
9. Connections to existing 435-zone water main from existing inlet/outlet reservoir
pipe to the east end of site including partial water main removal as necessary to
construct connections.
a. All main water connections to existing should be completed at this point.
10. Abandonment of all water mains to be abandoned as described in the plans.
11. Installation of new storm pipes and structures from west margin of Jefferson Ave NE
to the reservoir site. This includes the removal of existing storm infrastructure and
the removal of abandoned existing water main as designated on the plans.
a. Proposed storm improvements east of the west margin of Monroe Ave NE
must be installed after the abandonment of all existing 565-zone water main
shown in the plans.
12. Abandonment and further required partial removal of existing storm infrastructure
as described in the plans.
13. Sawcutting T-cuts and subsequent installation of final asphalt patching for all water,
fiber, and storm utility trenches.
14. Final restoration of roadways including asphalt overlay, channelization, and
adjustment of utility covers.
15. Restoration of landscaping in the right-of-way and on private properties.
At the completion of this stage, all water main, storm system improvements, and fiber
optic conduit installation along NE 12th St east of and within Sunset Blvd NE will be fully
functional.
The Contractor shall sequence the Work in a manner that coordinates with the work of
other Renton projects, utility company projects and special events that may be
occurring over the course of construction.
Contractor shall maintain one-way westbound traffic along NE 12th Street between
Monroe Avenue and Sunset Blvd at all times, so as to allow vehicle traffic traveling from
the retirement home on Monroe Ave to travel through the job site and turn left on to
Sunset Blvd at the NE 12th Street signalized intersection.
Temporary Hot Mix asphalt pavement surfacing, as specified herein, will be required
over all trench work prior to opening sections to traffic.
The Contractor shall submit a Phasing and Sequencing Plan showing the beginning of
work, ending of work and duration of detour and rerouting of traffic for all phases
including final trench patching. This plan shall include final trench patching and surface
restoration.
02/19/2026
76
1-08.5 Time for Completion
(Feb 3, 2025, Renton GSP)
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in “working
days”, shall begin on the Notice To Proceed date, or the date identified in the Notice to
Proceed as “the first working day”, and shall end on the Contract Completion date.
A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically
suspends Work, or one of these city’s holidays: New Year’s Day, Martin Luther King Jr Day,
Memorial Day, Juneteenth, Independence Day, Labor Day, Veterans Day, Thanksgiving Day,
Day after Thanksgiving Day, Day before Christmas Day, Christmas Day. Notes that the day
before Christmas shall be a holiday when Christmas Day occurs on a Tuesday, Wednesday, or
Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday or
Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be
observed as holidays. When Christmas day occurs on a Sunday, the two working days
following shall be observed as holidays. When holidays other than Christmas fall on a
Saturday, the preceding Friday will be counted as a non-working day and when they fall on a
Sunday the following Monday will be counted as a non-working day. The Contract Time has
been established to allow for periods of normal inclement weather that, from historical
records, is to be expected during the Contract Time, and during which periods, Work is
anticipated to be performed. Each successive working day, beginning with the Notice to
Proceed date and ending with the Physical Completion date, shall be charged to the Contract
Time as it occurs except a day, or part of a day, which is designated a non-working day, or an
Engineer determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working
days charged against the Contract Time for the preceding week; (2) the Contract Time in
working days; (3) the number of working days remaining in the Contract Time; (4) the number
of non-working days; and (5) any partial or whole days the Engineer declared unworkable the
previous week. This weekly report will be correlated with the Contractor’s current approved
progress schedule. If the Contractor elects 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.
The Contractor will be allowed 10 calendar days from the date of each report in which to file
a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the
report will be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and
1-05.12.
Revise the sixth paragraph to read:
02/19/2026
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 Engineer prior to establishing a
completion date:
a. Certified Payrolls (Federal-aid Projects).
b. Material Acceptance Certification Documents.
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of
Amounts Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal-aid Projects).
e. Final Contract Voucher Certification.
f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and
all Subcontractors.
g. Property owner releases per Section 1-07.24.
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, the
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency, including but not limited to
signal controller materials, lighting standards, and signal standards required for the physical
completion of the Contract. Such purchase orders shall disclose the estimated delivery dates
for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and
be completed as soon as possible. At that time, the Engineer may suspend the Work upon
request of the Contractor until the critical items are delivered to the Contractor, if the
Contracting Agency received a purchase order within 10 calendar days after execution of the
Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the performance
of the Work and during such suspension shall not perform any additional Work on the project.
Upon delivery of the critical items, contract time will resume and continue to be charged in
accordance with Section 1-08.
1-08.6 Suspension of Work
(Project Special Provisions, PSP)
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the
02/19/2026
78
Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days
after the date fixed in the written notice from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the
Owner.
If it has been determined that the Contractor is entitled to an extension of time, the amount
of such extension shall be only to compensate for direct delays and shall be based upon the
Contractor's diligently pursuing the Work at a rate not less than that which would have been
necessary to complete the original Contract Work on time.
1-08.7 Maintenance During Suspension
(Project Special Provisions, PSP)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path
for public use during suspension (as required in Section 1-07.23 or the Special Provisions).
This may include a temporary road or detour.
1-08.9 Liquidated Damages
(Project Special Provisions, PSP)
Revise the second and third paragraphs to read:
Accordingly, the Contractor agrees:
1. To pay (according to the following formula) liquidated damages for each
working day beyond the number of working days established for Physical Completion,
and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
Liquidated Damages Formula
LD = 0.15 C / T
Where:
LD = liquidated damages per working day (rounded to the nearest dollar)
C = original Contract amount not including Washington State Sale Tax (WSST)
T = original time for Physical Completion as set forth in the Proposal/Construction
Contract
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
02/19/2026
79
Work. The Contractor shall complete the remaining Work as promptly as possible. Upon
request completing the physical Work on the Contract.
1-08.11 Contractor's Plant and Equipment
(Project Special Provisions, PSP)
Section 1-08.11 is a new Section:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right
to make use of the Contractor's plant and equipment in the performance of any Work on the
site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and
paid for accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security
of the site from the time the Contractor's operations have commenced until final acceptance
of the Work by the Engineer and the Owner. The Contractor shall employ such measures as
additional fencing, barricades, and watchmen service, as he deems necessary for the public
safety and for the protection of the site and his plant and equipment.
1-08.12 Attention to Work
(Feb 3, 2025, Renton GSP)
Section 1-08.12 is a new section:
The Contractor shall give his personal attention to and shall supervise the Work to the end
that it shall be prosecuted faithfully, and when he is not personally present on the Work site,
he shall at all times be represented by a competent superintendent who shall have full
authority to execute the same, and to supply materials, tools, and labor without delay, and
who shall be the legal representative of the Contractor. The Contractor shall be liable for the
faithful observance of any instructions delivered to him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
(Feb 3, 2025, Renton GSP)
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum Work completed, and payment will be based on the
cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction
conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown
shall list the items included in the lump sum together with a unit price of labor, materials, and
equipment for each item. The summation of the detailed unit prices for each item shall add
up to the lump sum bid. The unit price values may be used as a guideline for determining
02/19/2026
80
progress payments or deductions or additions in payment for ordered Work changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments
only in the following manner. Where items are specified to be paid by the cubic yard, the
following tally system shall be used.
All trucks to be employed on this Work will be measured to determine the volume of each
truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall
be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
on the project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number.
2. Quantity and type of material delivered in cubic yards.
3. Driver name, date, and time of delivery.
4. Location of delivery, by street and stationing on each street.
5. Place for the Engineer to acknowledge receipt.
6. Pay item number.
7. Contract number and/or name.
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the
project for each truckload of material delivered. Pay quantities will be prepared on the basis
of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket
is given to the Inspector on the project at the time of delivery of materials for each truckload
delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to
Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be
honored for payment.
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no
duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number.
2. Truck tare weight (stamped at source).
3. Gross truckload weight in tons (stamped at source).
4. Net load weight (stamped at source).
5. Driver's name, date, and time of delivery.
02/19/2026
81
6. Location for delivery by street and stationing on each street.
7. Place for the Engineer to acknowledge receipt.
8. Pay item number.
9. Contract number and/or name.
1-09.3 Scope of Payment
(Project Special Provisions, PSP)
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be
made for the Work described in each section of the Standard Specifications when the
Contractor performs the specified Work.
The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout
the Contract Documents are synonymous.
If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal
Form requires that said unit bid item price cover and be considered compensation for certain
Work or material essential to the item, then the Work or material will not be measured or
paid for under any other unit bid item which may appear elsewhere in the Proposal Form or
Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the “Payment” clause of any particular section
of the Specifications shall be considered as including all of the Work required, specified, or
described in that particular section. Payment items will generally be listed generically in the
Specifications, and specifically in the bid form. When items are to be “furnished” under one
payment item and “installed” under another payment item, such items shall be furnished FOB
project site, or, if specified in the Special Provisions, delivered to a designated site. Materials
to be “furnished,” or “furnished and installed” under these conditions, shall be the
responsibility of the Contractor regarding storage until such items are incorporated into the
Work or, if such items are not to be incorporated into the Work, delivered to the applicable
Contracting Agency storage site when provided for in the Specifications. Payment for material
“furnished,” but not yet incorporated into the Work, may be made on monthly estimates to
the extent allowed.
1-09.6 Force Account
(December 30, 2022 APWA GSP)
Section 1-09.6 is supplemented as follows:
Owner 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 the Contractor’s total bid. However, the Owner does not warrant
expressly or by implication that the actual amount of Work will correspond with those
estimates. Payment will be made on the basis of the amount of Work actually authorized by
02/19/2026
82
the Engineer.
1-09.7 Mobilization
(Project Special Provisions, PSP)
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the
establishment of an office, buildings, and other facilities necessary for Work on the project;
providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses
required to complete the project not furnished by the Owner, and others as listed in Section
1-09.14(2), Mobilization & Demobilization Bid Item.
Payment will be made for the following bid item(s):
“Mobilization & Demobilization,” Lump Sum.
1-09.9 Payments
(Project Special Provisions, PSP)
Delete the fourth paragraph and replace it with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Engineer to determine the Work performed on a
monthly basis. The Engineer will review the breakdown of the lump sum bid items for a fair
distribution of the costs for each item of Work and will return comments (if any) to
Contractor. Contractor shall revise the breakdown of lump sum bid items to address the
comments made by the Engineer and resubmit the breakdown of lump sum bid items o the
Engineer. This process shall be repeated until they are acceptable and the breakdown of lump
sum bid items is agreed by the Engineer and Contractor.
A breakdown is not required for lump sum items that include a basis for incremental
payments as part of the respective Specification. Absent a lump sum breakdown, the
Engineer will make a determination based on information available. The Engineer’s
determination of the cost of work shall be final.
Progress payments for completed Work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction meeting.
The initial progress estimate will be made not later than 30 calendar 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
02/19/2026
83
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 – the estimated percentage complete multiplied by
the Bid Forms amount for each lump sum item, or per the schedule of values for that
item.
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);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for Work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any Work has been satisfactorily completed.
Payments will be made by check or electronic transfer, issued by the Contracting Agency’s
fiscal officer, against the appropriate fund source for the project. Payments received on
account of Work performed by a subcontractor are subject to the provisions of RCW
39.04.250.
Failure to perform obligations under the Contract by the Contractor may be decreed by the
Contracting Agency to be adequate reason for withholding any payments until compliance is
achieved.
Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the
Contractor under the Contract will be paid based upon the final estimate made by the
Engineer and presentation of a Final Contract Voucher Certification to be signed by the
Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims
of the Contractor unless a Certified Claim is filed in accordance with the requirements of
Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final
Contract Voucher Certification. The date the Contracting Agency signs the Final Contract
Voucher Certification constitutes the final acceptance date (Section 1-05.12).
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher
Certification or any other documentation required for completion and final acceptance of the
Contract, the Contracting Agency reserves the right to establish a Completion Date (for the
purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract.
Unilateral final acceptance will occur only after the Contractor has been provided the
02/19/2026
84
opportunity, by written request from the Engineer, to voluntarily submit such documents. If
voluntary compliance is not achieved, formal notification of the impending establishment of
a Completion Date and unilateral final acceptance will be provided by email with delivery
confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar
days for the Contractor to submit the necessary documents. The 30-calendar day period will
begin on the date the email with delivery confirmation is received by the Contractor. The date
the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall
constitute the Completion Date and the final acceptance date (Section 1-05.12). The
reservation by the Contracting Agency to unilaterally accept the Contract will apply to
Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts
that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the
Contract by the Contracting Agency does not in any way relieve the Contractor of their
responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and
regulations that affect the Work under the Contract.
Payment to the Contractor of partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by the
Engineer by receipts or other vouchers showing payment for materials and labor, payments
to subcontractors, and other such evidence of the Contractor's right to payment as the
Engineer may direct, including “red line” as-built drawings showing work installed by the
contractor during the progress payment period.
The Contractor shall submit a progress report with each monthly request for a progress
payment. The progress report shall indicate the estimated percentage complete for each
activity listed on the progress schedule (see Section 1-08.3) and a revised and updated
schedule to reflect the most current project completion date.
1-09.9(1) Retainage
(Feb 3, 2025, Renton GSP)
Section 1-09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims
have been filed against such funds as provided by law, and if the Owner has no unsatisfied
claims against the Contractor. In the event claims are filed, the Owner shall withhold, until
such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In
addition, the Owner shall withhold such amount as is required to satisfy any claims by the
Owner against the Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of
this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that
so far as the Contractor has knowledge or information, the release and receipts include all
02/19/2026
85
labor and materials for which a lien could be filed: but the Contractor may, if any
subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the
Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all
payments are made, the Contractor shall reimburse to the Owner all monies that the latter
may be compelled to pay in discharging such lien, including all costs and reasonable engineer's
and attorney's fees.
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts
(Project Special Provisions, PSP)
Section 1-09.9(2) is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW
39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments
due or deduct an amount from any payment or payments due the Contractor which, in the
Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to
remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been
filed.
2. Where the Contractor has not paid fees or charges to public authorities of
municipalities, which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected
with the Work (Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1-08.0(3).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer’s review of the
Contractor’s approved progress schedule, which indicates the Work will not be
complete within the contract time. When calculating an anticipated time overrun,
the Engineer will make allowances for weather delays, approved unavoidable
delays, and suspensions of the Work. The amount withheld under this
subparagraph will be based upon the liquidated damages amount per day set forth
in Contract Documents multiplied by the number of days the Contractor’s
approved progress schedule, in the opinion of the Engineer, indicates the Contract
may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor’s other obligations under
the Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required
02/19/2026
86
by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work and as-built records as required by Section 1-05.4.
c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-
05.7).
d. Failure of the Contractor to furnish a Manufacturer ’s Certificate of Compliance in
lieu of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as
required by Section 1-07.9.
f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such
funds as have been withheld pursuant to this Section to a party or parties who are entitled to
payment. Disbursement of such funds, if the Engineer elects to do so will be made only after
giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent
to do so, and if prior to the expiration of the 15-calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
Section will be made. A payment made pursuant to this section shall be considered as
payment made under the terms and conditions of the Contract. The Contracting Agency shall
not be liable to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
(Feb 3, 2025, Renton GSP)
Section 1-09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the
Contactor will be calculated based upon a Final Progress Estimate made by the Engineer.
Acceptance by the Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than
claims in stated amounts as may be specifically accepted in writing by the Contractor.
2. For all things done or furnished in connection with the Work.
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
02/19/2026
87
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor’s Surety from any obligation required under the terms of the Contract Documents
or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s
ability to investigate and act upon findings of non-compliance with the WMBE requirements
of the Contract; nor shall such payment preclude the Contracting Agency from recovering
damages, setting penalties, or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an
affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged
(DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such
affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of
tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans,
gratuity or gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or
any other documents required for the final acceptance of the Contract, the Contracting
Agency reserves the right to establish a completion date and unilaterally accept the Contract.
Unilateral acceptance will occur only after the Contractor has been provided the opportunity,
by written request from the Engineer, to voluntarily submit such documents. If voluntary
compliance is not achieved, formal notification of the impending unilateral acceptance will be
provided by certified letter from the Engineer to the Contractor that will provide 30 calendar
days for the Contractor to submit the necessary documents. The 30-calendar day deadline
shall begin on the date of the postmark of the certified letter from the Engineer requesting
the necessary documents. This reservation by the Contracting Agency to unilaterally accept
the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for
contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of
the Contract by the Contracting Agency does not in any way relieve the Contractor of the
provisions under contract or of the responsibility to comply with all laws, ordinances, and
federal, state, and local regulations that affect the Contract. The date the Contracting Agency
unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-
05.12).
1-09.11 Disputes and Claims
1-09.11(3) Time Limitations and Jurisdiction
(December 30, 2022 APWA GSP)
Revised this section as 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
02/19/2026
88
agreed that all such claims or causes of action shall be brought only in the Superior Court of
the county where the Contracting Agency headquarters is located, provided that where an
action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The
parties understand and agree that the Contractor’s failure to bring suit within the time
period provided, shall be a complete bar to all such claims or causes of action. It is further
mutually agreed by the parties that when claims or causes of action which the Contractor
asserts against the Contracting Agency arising from the Contract are filed with the
Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency
to have timely access to all records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claims and Resolutions
1-09.13(1)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.
1-09.13(3)A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
02/19/2026
89
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(3)B Procedures to Pursue Arbitration
(Feb 3, 2025, Renton GSP)
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties,
unless the aggrieved party, within 10 days, challenges the findings and decision by serving
and filing a petition for review by the superior court of King County, Washington. The grounds
for the petition for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
issues submitted to arbitration. The board of arbitrators shall support its decision by
setting forth in writing their findings and conclusions based on the evidence adduced
at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of Washington
and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is
the board's majority opinion that the Contractor's filing of the protest or action is capricious
or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
1-09.13(4) Venue for Litigation
(Feb 3, 2025, Renton 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.
02/19/2026
90
1-09.14 Payment Schedule
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new section:
(Feb 3, 2025, Renton GSP)
GENERAL
1-09.14(1) Scope
Section 1-09.14(1) is a new section:
(Feb 3, 2025, Renton GSP)
A. Payment for the various items of the bid sheets, as further specified herein, shall in-
clude all compensation to be received by the Contractor for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of Work being described, as necessary to
complete the various items of the Work all in accordance with the requirements of
the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public agencies having jurisdiction, including
Safety and Health Administration of the U.S. Department of Labor (OSHA). No
separate payment will be made for any item that is not specifically set forth in the Bid
Schedules, and all costs therefore shall be included in the prices named in the Bid
Schedules for the various appurtenant items of Work
B. The Owner shall not pay for material quantities, which exceed the actual measured
amount used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the
bid for each item shall result in complete construction, in an accepted operating
condition, of each item.
D. Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price.
No separate payment will be made for these incidental items.
02/19/2026
91
1-09.14(2) Bid Items
(Project Special Provisions, PSP)
Section 1-09.14(2) is a new section:
This section describes the bid items. Measurement and Payment, where described in a bid
item, shall supersede Measurement and Payment listed in other sections of the Special
Provisions and Standard Specifications.
Bid items listed below are included in Schedules A, B, and C. In no case shall any bid item that
is installed be considered as part of more than one schedule.
• Schedule A: General work associated with the project, but not specific to any single
utility. This Schedule falls under State Sales Tax Rule 170 (see section 1-07.2(2)) and
state retail sales taxes shall not be included in bid items prices. Rather, the Contractor
shall collect retail sales tax on the full contract amount.
• Schedule B: Work Associated with the road, illumination, Storm pipes, manholes,
lateral connections, utility relocations, cleanouts, sidewalk and curb and gutter
restoration, required asphalt restoration. This Schedule falls under State Sales Tax Rule
171 (see section 1-07.2(1)) and state retail sales taxes shall be included in bid items
prices.
• Schedule C: Work Associated with the new Water lines, including pipeline, fittings,
concrete blocking, utility relocations, sidewalk and curb and gutter restoration for the
water main work, and required asphalt restoration. This Schedule falls under State
Sales Tax Rule 170 (see section 1-07.2(2)) and state retail sales taxes shall not be
included in bid items prices. Rather, the Contractor shall collect retail sales tax on the
full contract amount.
The following subsection provides the measurement and payment information of the Bid
Items specific to Schedule A – General Items.
1-09.14(2)A Mobilization & Demobilization (Bid Item A01) – Lump Sum
Measurement for Mobilization & Demobilization will be lump sum bid price. The lump sum
price shown will cover the complete cost of labor, equipment, materials, and costs of
preparatory work and operations by the Contractors for furnishing and installing, completing
required Work and shall include but not be limited to the following:
• Premiums for bonding and insurance.
• Mobilize and organize equipment, materials, supplies, personnel and incidentals to
the project site(s).
• Furnish Mobilization and Work Plans.
• Furnish construction progress schedule and weekly look ahead schedule.
• Obtain all necessary permits and license.
• Provide and maintain all necessary support facilities and utilities.
• Provide protection of existing utilities and system testing.
02/19/2026
92
• Conduct pre-construction photographs (250 photographs required minimum),
referenced and compiled in an album.
• Prepare the sites prior to beginning production work on the bid items and maintain
the sites and surrounding areas during construction.
• Demobilize labor, equipment, materials, supplies and personnel off the site after
project completion.
Payment for Mobilization & Demobilization shall be made at the lump sum amount bid based
on the percent of completed Work as defined in the 2025 Standard Specifications for Road,
Bridge, and Municipal Construction (WSDOT) for mobilization. No more than 80% of bid price
will be paid out prior to completion of construction. Payment for the remaining 20% will be
made upon completion and final clean-up of the construction site. Such payment shall be full
compensation for all mobilization of employees, equipment and materials, Mobilization Plan,
Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements,
permits, clean-up, safety plan, and other plans/submittals not specifically covered in bid
items, etc. all in conformance with the Contract Documents unless otherwise paid for in
separate bid items. This bid item may not be more than ten percent (10%) of the total
amount of Bid for schedules B and C.
1-09.14(2)B Construction Surveying, Staking, and As-Built Drawings (Bid Item A02) –
Lump Sum
Measurement for Construction Surveying, Staking, and As-Built Drawings will be per lump
sum bid price and based on the percentage of total Work complete, by dollar value, at the
time of measurement in conformance with the Contract Documents. No more than 50% of
the bid amount for this item shall be paid prior to the review and acceptance of the as
constructed information by the Engineer.
Payment may be prorated over the construction period based on the amount of work
completed for construction surveying, staking and as-built information.
Survey must be in accordance with Special Provision Section 1-05.4 and City of Renton
Surveying Standards on Special Provision Section 1-11. The as-built survey will be per Special
Provisions Section 1-11. The contractor shall provide the City with a set of red-line drawings
with the as-built locations and elevations of all new utilities and construction work.
Payment for Construction Surveying, Staking and As-Built Drawings shall be full compensation
for all labor, materials, equipment, tools, all incidental work needed to provide construction
surveying and of the improvements (including providing a Washington State licensed
surveyor for said work), staking in advance of pipe laying, fittings and structure installation,
surveying the horizontal and vertical locations of all potholed existing utilities within the work
area, verification and recording of the elevations of existing roadway centerline, crown, and
edge of pavement to ensure that all roadways can be reconstructed to existing grade, and
preparation of cut-sheets.
Said payment will be complete compensation for all labor, materials, equipment, tools, all
incidental work needed to provide as-built surveying, preparing “red line” as-built drawings
for pay estimate submittal with fittings and dimensions of existing and proposed facilities
02/19/2026
93
installed or encountered during the pay period, furnishing an electronic file with construction
drawings stamped and signed by a licensed land surveyor that contains the as-built
information and copies of field notes, furnishing and resetting property corners when
disturbed by the contractor’s activities.
1-09.14(2)C Temporary Traffic Control (Bid Item A03) – Lump Sum
Measurement for Temporary Traffic Control will be per lump sum bid price and based on the
percentage of total Work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
Payment for Temporary Traffic Control shall be based on the measured percentage of work
completed during the pay period, multiplied by the lump sum bid price. This payment shall
constitute full compensation for preparing new traffic control plans or revising the traffic
control plans included in the Contract Documents, as well as for developing pedestrian
handling plans. It shall also include all labor, tools, materials, and equipment necessary to
perform the work in accordance with the approved Traffic Control and pedestrian handling
plans. The lump sum bid price shall be full compensation for all work required under Section
1-10.
Payment shall also include, but not be limited to, furnishing and implementing all measures
necessary for public convenience and safety, including flaggers, a traffic control supervisor,
construction signs, detours, barricades, sequential arrow boards, a minimum of four Portable
Changeable Message Signs, traffic control devices, temporary pavement markings/striping,
cleanup, and other related items. This work shall be performed in accordance with the traffic
control plans included in the Contract Documents, as well as the preparation, submission, and
implementation of new or revised traffic control plans, in compliance with the Manual on
Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer.
1-09.14(2)D Uniformed Police Officer (Bid Items A04) – Hour
Measurement for Uniformed Police Officer will be measured per hour bid price with a
minimum 4-hour shift per officer. Hours will be measured for each Uniformed Police Officer
directing or monitoring traffic in accordance with an approved Traffic Control Plan.
Contractor is responsible for coordinating, timely scheduling and cancellations with
respective police office resource office. Any charges resulting in non-compliance per the
respective police office’s guidelines will be at the Contractor’s cost, unless circumstances
outside of the Contractor’s control have occurred.
Payment for Uniformed Police Officer shall be full compensation for all labor, equipment,
materials, tools, and incidentals to direct or monitor traffic in accordance with Section 1-10
and the approved Traffic Control Plans.
Uniformed Police Officer is exempt from Section 1-04.6 and no price adjustment will be made
for variation in actual quantity used.
02/19/2026
94
1-09.14(2)E Site Specific Potholing Up to 6 Feet in Depth and Site Specific Potholing
Deeper than 6 Feet (Bid Item A05 and A06) – Each
Measurement for Site Specific Potholing Up to 6 Feet in Depth or Deeper than 6 Feet will be
per each bid price in conformance with the Contract Documents. The length of pothole shall
be measured perpendicular to an existing utility from the ground surface, with no
measurement made for width of pothole. Any two or more utilities separated by 4 feet or less
shall constitute one pothole.
The contract price per each shall be full
compensation for, but is not limited to, all labor,
materials, tools, and all incidental work and
equipment necessary to perform the work
needed to pothole and to verify the depths and
horizontal locations of existing underground
utilities as shown in the Plans and/or as directed
and approved by the Engineer.
Payment for each pothole longer than 4 feet in
length will be made based upon the fractional overage times the unit cost (e.g. a 5-foot-long
pothole would be paid as 1.25 x unit price bid).
The payment per each will also include the cost of using hydro excavation/vactor truck as
necessary to pothole existing utilities. Included in the unit price per each for utility potholing
are all costs for.
• Locating all underground existing utilities and coordinating with the Engineer in
advance.
• Preparing, submitting, furnishing, implementing temporary traffic control plans and
operations.
• Coordinating with utility owners.
• Sawcutting, removing, and disposing of existing asphalt and concrete pavement up
to 23” in depth, sidewalks, curbs, gutters, debris, waste, and other surplus and
unsuitable excavated materials.
• Excavating and observation holes up to 6 feet depth or deeper than 6 feet.
• Identification of utility types, sizes, and materials.
• Furnishing hydro excavation/vactor truck for loosing fill and in-situ soil with high
water pressure and/or air spade.
• Removing and disposal of soils and slurry with a vactor truck and filling water in a
vactor truck.
• Hand digging and excavating with air spade.
• Protecting existing utilities and tree roots from damage, including repairing of tree
roots accidentally damaged.
02/19/2026
95
• Photographs and recording of potholing results including measurements from the
ground surface to the top and from the ground surface to the bottom of existing
utilities.
• Furnishing photographs and recording results to the Engineer.
• Furnishing, placing, and compacting imported fill in materials in potholes.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patch.
Site Specific Potholing Up to 6 Feet in Depth or Deeper than 6 Feet is exempt from Section
1-04.6 and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)F Site Specific Potholing for Duct Banks or Utilities Encased in Concrete Up to
8 Feet in Depth (Bid Item A07) – Each
Measurement for Site Specific Potholing for
Duct Banks or Utilities Encased in Concrete Up
to 8 Feet in Depth will be per each bid price in
conformance with the Contract Documents.
The length of pothole shall be measured
perpendicular to an existing utility from the
ground surface. A single pothole will be
measured as up to 4 feet in length. No
measurement will be made for width of
pothole. Any two or more utilities separated by
4 feet or less shall constitute one pothole.
The contract price per each shall be full compensation for, but is not limited to, all labor,
material, tools, and all incidental work and equipment necessary to perform all work needed
to pothole and to verify the depths and horizontal locations of existing duct banks or Utilities
encased in concrete as shown in the Plans and/or as directed and approved by the Engineer.
Payment for each pothole longer than 4 feet in length will be made based upon the fractional
overage times the unit cost (e.g. a 5-foot-long pothole would be paid as 1.25 x unit price bid).
The payment per each will also include the cost of using hydro excavation/vactor truck as
necessary to pothole existing utilities. Included in the unit price per each for utility potholing
are all costs for.
• Locating all underground existing utilities and coordinating with the Engineer in
advance.
• Preparing, submitting, furnishing, implementing temporary traffic control plans and
operations.
• Coordinating with utility owners.
• Sawcutting, removing, and disposing of existing asphalt and concrete pavement up
to 23” in depth, sidewalks, curbs, gutters debris, waste, and other surplus and
unsuitable excavated materials.
• Excavating and observation holes up to 8 feet in depth.
02/19/2026
96
• Furnishing hydro excavation/vactor truck for loosing fill and in-situ soil with high
water pressure and/or air spade.
• Removing and disposal of soils and slurry with a vactor truck and filling water in a
vactor truck.
• Hand digging and excavation with air spade.
• Protecting existing utilities and tree roots from damage, including repairing tree roots
accidentally damaged.
• Photographs and recording of pothole results including length and depth
measurement from the ground surface to the top and from the ground surface to the
bottom of existing duct banks or utilities encased in concrete
• Furnishing photographs and recording results to the Engineer.
• Placing, and compacting imported fill in materials in potholes.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patch.
Furnishing Gravel borrows for filling in potholes will be paid under a separate bid item.
Site Specific Potholing for Duct Banks or Utilities Encased in Concrete up to 8 feet in depth is
exempt from Section 1-04.6 and no price adjustment will be made for variation in actual
quantity used.
1-09.14(2)G Erosion and Water Pollution Prevention (Bid Item A08) – Lump Sum
Measurement for Erosion and Water Pollution Prevention will be per lump sum bid price and
based on the percentage of total Work complete, dollar value, at the time of measurement in
conformance with the Contract Documents.
Payment for Erosion and Water Pollution Prevention shall be full compensation for all labor,
material, tools, equipment, best management practices (BMPs), and other incidental costs
and shall include but not be limited to the following:
• Stockpiling erosion and sediment control materials on sites, ready for use.
• Preparing, submitting, and revising the Construction Stormwater Pollution Prevention
(CSWPP) Plan as described in Section 1-07.15.
• Implementing the approved Construction Stormwater Pollution Prevention (CSWPP)
Plan including Best Management Practices (BMPs).
• Repair and maintenance of erosion and sediment control BMPs if necessary or if work
is suspended.
• Furnishing hydroseeding/hand seeding and straw mulching disturbed areas.
• Furnishing, installing, maintaining, and removing temporary silt fencing and high
visibility fencing.
• Furnishing, covering, and recovering stockpiles with plastic sheeting.
• Furnishing, installing, maintaining, and removing catch basin inserts.
• Furnishing, installing, maintaining, and removing stabilized construction entrance
materials near the city’s provided staging area.
• Stabilizing the area around the northeast corner of the existing 2.0 MG reservoir as
necessary.
• Furnishing dust control, street cleaning, and vacuum sweeper as needed.
02/19/2026
97
• Furnishing, installing, maintaining, operating, and removing pumps, hoses, storage
tanks, sedimentation tanks, mechanical filters, and filtration systems, and
appurtenances necessary for collecting, pumping, and discharging construction water.
• Collecting, hauling, and properly disposing of turbid water that cannot be discharged
on site.
• Furnishing, maintaining, and removing required additional erosion and sediment
control BMPs deemed necessary per the City of Renton Surface Water Design Manual
and proper construction practices.
1-09.14(2)H Construction Dewatering (Bid Item A09) – Lump Sum
Measurement for Construction Dewatering will be per lump sum bid price and based on the
percentage of total work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
Payment for Construction Dewatering shall be full compensation for all equipment, labor,
materials, planning, design, engineering, and submittals required to furnish and update the
plan as required. The work shall include but not be limited to.
• Preparation, submittal, and re-submittal of the construction dewatering plan.
• Implementing the construction dewatering plan.
• Preparing, submitting, and revising (if necessary) applications for King County
Industrial Waste Program Authorization for Construction Dewatering. This includes all
costs to prepare and submit plans and permit application materials and paying all
permit applications, review, and discharge fees.
• Performing monitoring, testing, and preparing reports if they are required by the King
County Industrial Waste Program Authorization for Construction Dewatering.
• Furnishing, installing, removing, relocating, and mobilizing temporary piping, pumps,
sedimentation tanks, steel ramps, sump pumps, steel sheets, power-generator and
other equipment and material to control or remove shallow ground water, perched
or pocketed ground water.
• Dewatering the area around the northeast corner of the existing 2.0 MG reservoir as
necessary.
All adjustments to the Construction Dewatering Plan and/or measures are considered
incidental, and no additional payment will be made for adjustments.
1-09.14(2)I Trench Excavation Safety System (Bid Item A10) – Lump Sum
Measurement for Trench Excavation Safety System will be per lump sum bid price and based
on a percentage defined as the amount of storm/sewer/water pipelines installed divided by
the total length of sewer/storm/water pipe shown to be installed in conformance with the
Contract Documents.
Payment for Trench Excavation Safety System will be made at the measured percentage
amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all equipment, labor, materials, hauling, implementing, planning, design,
02/19/2026
98
engineering, and submittals necessary or incidental to the furnishing and constructing and
removal and disposal of such temporary sheeting, shoring, and bracing complete as required
under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
etc., required to complete this item of Work in conformance with the Contract Documents.
The work includes, but not limited to, the preparation and submittal of a shoring plan
stamped by a professional engineer registered in the State of Washington, as required per
section 2-09 at the preconstruction conference.
1-09.14(2)J Hot Mix Asphalt Overlay (Bid Items A11) – Ton
Measurement for Hot Mix Asphalt Overlay will be measured in ton bid price based on the
weight of material installed for final overlay in conformance with the Contract Documents,
unless otherwise approved by the Engineer. Wasted materials will not be included in the
measurement or payment. Only materials placed within the limits shown on the plans will be
considered for payment. Material placed outside of the limits shown on the plans or as not
approved by the Engineer will be deducted from the certified tickets.
Payment for Hot Mix Asphalt Overlay shall be full compensation for all labor, materials, tools,
and equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Removal and disposal of existing asphalt pavement.
• Milling, grinding, planing, chipping, jackhammering and/or sawcutting 2” in depth to
prepare the asphalt surface for overlay.
• Furnishing, placing, and compacting hot mix asphalt materials for final overlay.
• Sealing all cold joints.
• Tack coat, joint seal.
• Asphalt Sidewalk Transitions.
• Hauling, aggregate, sweeping.
• Temporary pavement markings.
• Preparing for subgrade and cleanup.
• All other incidentals necessary to complete paving and restore the roadway grade to
existing elevations.
Hot Mix Asphalt Overlay shall be HMA Class 1/2" PG 58H-22 and is exempt from Section 1-
04.6 and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)K Project Signage (Bid Item A12) – Each
Measurement for Project Signage will be per each bid price performed in conformance with
the Contract Documents.
The payment for Project Signage shall be full compensation for all labor, equipment,
materials, tools, and other incidental costs as necessary to furnish and place the sign meeting
the requirements of special provisions, Section 8-32.
02/19/2026
99
1-09.14(2)L Property Restoration (Bid Item A13) – Lump Sum
Measurement for Property Restoration work will be per lump sum bid price and based on the
percentage of total Work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
Payment for Landscape Restoration shall be full compensation for all labor, equipment,
materials, and supplies as necessary to restore the areas disturbed by the Contractor’s
construction activities to their original or better conditions, including, but not limited to the
following:
• Photo-documenting and measuring existing conditions in areas to be disturbed.
• Direct and repeated communication and coordination with property owners for
protection, pruning, removal, storage, watering and replacement of landscaping
vegetation and hardscaping.
• Fine grading, protection and restoration of any slope/hill as needed.
• Grubbing stumps and roots of plants and trees that have been removed.
• Furnishing, planting, cultivating, salvaging, re-planting, maintaining, establishing,
watering plant materials, sod and seeded lawns.
• Removing, protecting, temporarily relocating, storing, watering, and replanting
existing trees or shrubs as needed.
• Furnishing and planting trees and shrubs, seeding and sodding lawns as needed.
• Furnishing and placing fertilizer, topsoil, soil amendment, subgrade, wood mulch and
bark mulch.
• Placing and installing asphalt drainage berms.
• Removing, relocating an existing stop sign.
• Furnishing and installing a metal post including replacing existing wood signpost with
metal and removing existing stop sign and re-installing it to the metal post.
• Removing existing cement concrete traffic curbs and furnishing and installing new
cement concrete traffic curbs.
• Rototilling surfaces compacted by construction activities and associated hand work.
• Excavating, removing, hauling, and disposing of unsuitable, surplus and/or waste
materials.
• Protecting, temporarily relocating, storing, and re-installing mailbox structures, and
landscaping timbers.
• Removing, hauling, and disposing existing fencing, slats, barbed wires.
• Furnishing and installing new chain link fence, posts, barbed wires and appurtenances.
• Removing and re-installing existing chain link gate to the new gate post.
• Replacing, removing, and restoring any gravel pathways, rockery walls, concrete
pavers, landscaping, and improvements (such as walkways, irrigation system, decking,
mailboxes, drain lines, etc.) disturbed by construction activities as directed by the
Engineer.
• Site Cleaning-up.
02/19/2026
100
Any material quantities listed herein or shown on the Contract Plans are informational only,
may vary greatly, and may not constitute a complete list of materials needed to restore the
property. Such changes shall not be the basis for claiming additional compensation.
Physical measures employed to protect existing surface features on private property, and in
right of way, shall be incidental to and included in the Contract Price bid for the various items
of work.
Furnishing and Placing CSTC per gravel restoration details, and furnishing, compacting HMA
to restore the existing drainage berms will be paid for under the specific bid items set forth
in the Proposal/Contract Documents.
1-09.14(2)M Remove and Replace Pavement Markings (Bid Item A14) – Lump Sum
Measurement for Remove and Replace Pavement Markings will be per lump sum bid price
and based on the percentage of total Work complete, by dollar value, in conformance with
the Contract Documents at the time of measurement.
Payment for Remove and Replace Pavement Markings shall constitute full compensation for
all materials, equipment, tools, labor, and all other work necessary or incidental to removing
and re-establishing existing pavement markings, pavement symbols, and channelization
devices. This includes, but is not limited to, longitudinal pavement markings (double
centerline, solid center/lane line, edge line, centerline, solid lane line, lane line, wide broken
line, and dotted extension line, etc.), crosswalks, stop bars, traffic arrows, bicycle rider
symbols, and raised pavement markers.
The table below provides estimated quantities for pavement markings to be re-established.
Pavement symbols, crosswalks, and stop bars shall be thermoplastic. All longitudinal
pavement markings shall be profiled methyl methacrylate (MMA). Although removal and
replacement of pavement markings will not be measured separately, the approximate
quantities are provided for bidders’ convenience.
Items Unit Quantity
MMA Longitudinal Pavement Marking LF 5,000
Thermoplastic Crosswalk SF 1900
Thermoplastic Stop Bar LF 475
Thermoplastic Traffic Arrow EA 9
Thermoplastic Bicycle Rider Symbol EA 1
Raised Pavement Markers (RPM) HUN 1
1-09.14(2)N Apprenticeship Incentive (Bid Item A15) – Calculated
Description, Measurement, and Payment for Apprenticeship Incentive shall be per section 1-
07.9(3).
1-09.14(2)O Apprenticeship Penalty (Bid Item A16) – Calculated
Description, Measurement, and Payment for Apprenticeship Penalty shall be per section 1-
07.9(3).
02/19/2026
101
The following subsections provide the measurement and payment information of the Bid
Items common to schedules B and/or C.
1-09.14(2)AA Minor Changes (Bid Item B01 and C01) – Estimated
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for Minor Change in the Proposal to become a part of the total bid by the
Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount
may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard
Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices
and shall not be changed by the bidder.
All work and payment under this item will be authorized in writing by the Engineer. Payment
will be determined in accordance with Section 1-04.4 of the Standard Specifications.
Payment for this item will be only for the changes and amounts approved by the city. If no
changes are authorized under this bid item final payment for this item will be $0 (zero).
1-09.14(2)AB Sawcutting Asphalt Pavement (Bid Item B02 and C03) – Linear Foot
Measurement for Sawcutting Asphalt Pavement shall be made per linear foot at the bid unit
price, based on the horizontal length measured along the completed joint seal of
permanent asphalt patches only, regardless of pavement material or depth, and as
approved by the Engineer. No payment will be made for any sawcuts performed prior to the
final sawcuts for the permanent asphalt patch or for any sawcuts not approved by the
Engineer. The existing asphalt pavement thickness to be sawcut is up to 23 inches. All other
pavement cuttings shall be considered incidental to other bid items.
Payment for Sawcutting Asphalt Pavement shall be full compensation for all tools,
equipment, labor, materials, and incidentals required to complete sawcutting for permanent
asphalt patch as specified in the contract documents.
Sawcutting Asphalt Pavement is exempt from Section 1-04.6, and no price adjustment will be
made for variation in actual quantity used.
1-09.14(2)AC Controlled Density Fill (CDF)-Pipe Abandonment (Bid Items B03 and C05) –
Cubic Yard
Measurement for Control Density Fill (CDF)-Pipe Abandonment will be per cubic yard bid
price in conformance with the Contract Documents. Certified delivery tickets shall be
furnished with each load of materials delivered.
Work shall include labors, equipment, and materials as necessary for abandoning the existing
12” in diameter of Asbestos Cement (AC) water mains or 12” in diameter of storm pipes by
filling with Controlled Density Fill (CDF)-Pipe Abandonment after the new water main and/or
storm pipe has been in successfully operation. Work also includes hauling and disposing of
sections of existing storm pipes that are cut and removed from trenching prior to filling the
existing storm pipes.
02/19/2026
102
Cutting, removing, and disposing existing Asbestos Cement (AC) Water Pipe will be paid for
under the specific bid item set forth in the Proposal/Contract Documents.
Payment for Control Density Fill (CDF)-Pipe Abandonment shall be full compensation for all
work, labor, materials, equipment and all necessary required to furnish, deliver, and place
the CDF in the existing 12” in diameter of storm pipes and/or AC water mains that are to be
abandoned in place.
Other work under this bid item shall include but not be limited to:
• Locating existing underground utilities, AC water mains, and storm pipes and
determining their vertical and horizontal locations.
• Prepare, submit, and re-submit the CDF-Pipe Abandonment work plan prior to
commencing work.
• Protecting, and providing temporary support for existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Excavation, removal, haul, and disposal of existing pavement, sidewalks, curbs,
gutters, debris, surplus and unsuitable excavated materials.
• Cutting, removing, and disposing sections of existing pipes.
• Plugging the end of existing storm pipes or AC water mains as necessary.
• Replacing, protecting and/or maintaining existing utilities
• Placing and compacting backfill material.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing gravel borrow for backfill material will be paid for under the specific bid item set
forth in the Proposal/Contract Documents.
The Controlled Density Fill (CDF)-Pipe Abandonment bid item is exempt from Section 1-04.6
and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)AD Crushed Surfacing Top Course (CSTC) (Bid Items B04 and C06) – Ton
Measurement for Crushed Surfacing Top Course (CSTC) will be measured in ton bid price and
based on the weight of material installed into the Work in conformance with the Contract
Documents. Certified weight tickets will accompany each load; a copy of tickets will be given
to the Engineer daily. Wasted materials will not be included in the measurement or payment.
Only materials placed and compacted within the pay limits will be considered for payments.
Material placed outside of the limits shown on the Plans or as approved by the Engineer will
be deducted from the certified tickets.
Payment for Crushed Surfacing Top Course (CSTC) shall be full compensation for all labor,
materials, tools, equipment, incidentals necessary to furnish and install crushed surfacing top
course (CSTC), hauling, placement, compaction, removal, haul and disposal of unsuitable
excavated materials, waste, and surplus materials, etc., required to install or place the
crushed surfacing top course (CSTC) in conformance with the Contract Documents.
Crushed Surfacing Top Course (CSTC) is exempt from Section 1-04.6, and no price adjustment
will be made for variation in actual quantity used.
02/19/2026
103
1-09.14(2)AE Gravel Borrow for Backfill (Bid Items B05 and C07) – Ton
Measurement for Gravel Borrow for Backfill will be measured in ton bid price and based on
the weight of material installed into the Work in conformance with the Contract Documents.
Certified weight tickets will accompany each load; a copy of tickets will be given to the
Engineer daily. Wasted materials will not be included in the measurement or payment. Only
materials placed and compacted within the pay limits will be considered for payments.
Material placed outside of the limits shown on the Plans or as approved by the Engineer will
be deducted from the certified tickets.
Payment for Gravel Borrow for Backfill shall be full compensation for all labor, materials,
tools, equipment, incidentals necessary to furnish and install Gravel Borrow, hauling,
placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste,
and surplus materials, etc., required to install or place the Gravel Borrow for Backfill in
conformance with the Contract Documents.
Gravel Borrow for Backfill is exempt from Section 1-04.6 and no price adjustment will be
made for variation in actual quantity used.
1-09.14(2)AF Permanent Asphalt Patch (Bid Items B06 and C09)-Ton
The Work under this bid item shall include replacing all asphalt pavement (HMA) as shown in
the Drawings. HMA used to restore private driveways and/or properties or public right-of-
way that are damaged or removed during project construction will be paid under this bid
item.
Measurement for Permanent Asphalt Patch will be measured in ton bid price and based on
the weight of material installed for final trench permanent asphalt patch of project
improvements in conformance with the Contract Documents.
Only materials placed within the limits shown on the plans will be considered for payment.
Material placed outside of the limits shown on the plans or as not approved by the Engineer
will be deducted from the certified tickets.
Payment for Permanent Asphalt Patch shall be full compensation for all labor, materials,
tools, and equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Removal and disposal of existing pavement.
• Furnishing, placing, and compacting hot mix asphalt materials for the final asphalt
patch.
• Sealing all cold joints.
• Tack coat, joint seal.
• Asphalt sidewalk transitions.
• Hauling, aggregate, sweeping.
• Temporary pavement markings.
• Preparing for subgrade and cleanup.
• All other incidentals necessary to complete paving and restore the roadway grade to
existing elevations.
02/19/2026
104
Crushed Surfacing Top Course (CSTC) used for subgrades and the repair of gravel and asphalt
shoulders, and driveways will be measured and paid as a separate bid item.
Permanent Asphalt Patch shall be HMA class ½” PG 58H-22 and is exempt from Section 1-
04.6 and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)AG Cement Concrete Sidewalk (Bid Item B07 and C11) – Square Yard
Measurement for Cement Concrete Sidewalk will be per square yard bid price to the nearest
joint or the edge of the right-of-way line or as directed by the Engineer and based on square
yardage of concrete sidewalk to match existing, restored to a saw-line cut in conformance
with the contract documents.
The Work under this bid item shall include removing and replacing all cement concrete
sidewalk along the new storm pipe, water main, and PVC conduit alignment as shown in the
Drawings.
Payment for Cement Concrete Sidewalk shall be full compensation for all labor, equipment,
materials, tools and incidentals to remove and replace cement concrete sidewalk in
conformance with the contract documents and plans, and shall include but not be limited to
the following:
• Removal of existing cement concrete sidewalk, to nearest expansion joints, including
sawcutting as required.
• Disposal of existing concrete sidewalks, surplus, unsuitable and/or waste materials.
• Placing and compacting CSTC for subgrade.
• Furnishing, placing, and removing temporary hot mix asphalt patching.
• Furnishing, installing, and removing temporary formwork.
• Furnishing and placing concrete joint filler.
• Furnishing and placing cement concrete for new concrete sidewalk.
• Adjustment of utilities to grade.
• Matching existing finish, including exposed aggregate and patterns, as applicable.
• Curing concrete and cleanup.
Furnishing CSTC for subgrade will be paid for under the specific bid item set forth in the
Proposal/Contract Documents.
1-09.14(2)AH Cement Concrete Curb and Gutter (Bid Item B08 and C12) – Linear Foot
Measurement for Cement Concrete Curb and Gutter will be per linear foot bid price to the
nearest joint of the concrete curb and gutter repair required for the installation of new
utilities in conformance with the Contract Documents.
The Work under this bid item shall include removing and replacing all cement concrete curb
and gutter along the new storm pipe, water main, and PVC conduit alignment as shown in
the Drawings.
Payment for Cement Concrete Curb and Gutter shall be full compensation for all labor,
materials, tools, equipment required to remove and replace concrete curb and gutter
02/19/2026
105
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Sawcutting, removing, hauling, and disposing of existing pavement as necessary to set
concrete forms.
• Removal and disposal of existing cement concrete curb and gutter, to nearest
expansion of contraction joints, including sawcutting as required.
• Disposal of surplus, unsuitable and /or waste materials.
• Placing and compacting CSTC for subgrade.
• Furnishing, placing, and removing temporary hot mix asphalt patching.
• Furnishing, installing, and removing temporary formwork.
• Furnishing, placing and cement concrete and joint filler for new curb and gutter.
• Curing concrete and cleanup.
Furnishing CSTC for subgrade will be paid for under the specific bid item set forth in the
Proposal/Contract Documents.
1-09.14(2)AI Removal and Replacement of Unsuitable Foundation Materials (Bid Items
B09 and C13) – Ton
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for Removal and Replacement of Unsuitable Foundation Materials in the
Proposal to become a part of the total bid by the Contractor.
Measurement for Removal and Replacement of Unsuitable Foundation Materials will be
measured in ton bid price and based on the weight of materials in conformance with the
Contract Documents. Removal and Replacement of Unsuitable Foundation Material will be
measured only for the area(s) authorized by the Engineer. Certified tickets will accompany
each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment.
Payment for Removal and Replacement of Unsuitable Foundation Materials shall be full
compensation for all labor, materials, tools, equipment, excavation, foundation material-
Crushed Surfacing Base Course (CSBC) for pipe foundation in compacted conditions, haul,
placement, water pipes, storm pipes, compaction, removal haul and disposal of waste
material, etc., required to complete this item of Work in conformance with the Contract
Documents.
Payment for this item will be only for the Removal and Replacement of Unsuitable Materials
requested by the city. Removal and Replacement of Unsuitable Foundation Materials is
exempt from Section 1-04.6, and no price adjustment will be made for variation in actual
quantity used.
If no Removal and Replacement of Unsuitable Foundation Materials are authorized under this
bid item, final payment for this item will be $0 (zero).
02/19/2026
106
1-09.14(2)AJ Construction Geotextile for Separation (Bid Items B10 and C14) – Square
Yard
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for Construction Geotextile for Separation in the Proposal to become a
part of the total bid by the Contractor.
Measurement for Construction Geotextile for Separation will be per square yard bid price and
based upon square yardage as measured by the length installed by the standard width of the
trench/sections as shown on the Plans. All use of construction geotextiles shall be pre-
approved by the Engineer.
Payment for Construction Geotextile for Separation shall be full compensation for all
material, equipment, tools, labor, and all necessary for and incidental to furnish and install
geotextile in accordance with the Contract Documents and as directed by the Engineer.
Construction Geotextile for Separation is exempt from Section 1-04.6, and no price
adjustment will be made for variation in actual quantity used. If no geotextile for separation
is authorized under this bid item, final payment for this item will be $0 (zero).
1-09.14(2)AK Removal of Unforeseen Obstructions and Debris (Bid Items B15 and C15) –
Force Account
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for Removal of Unforeseen Obstructions and Debris in the Proposal to
become a part of the total bid by the Contractor. In the event that existing and unforeseen
obstructions or debris must be removed to complete the work, all or part of this estimated
amount may be used in accordance with the procedure as outlined in Section 1-04.7 of the
Standard Specifications. The unit contract price for Removal of Unforeseen Obstructions and
Debris is given in the Schedule of Prices and shall not be changed by the bidder.
All work and payment under this item will be authorized in writing by the Engineer. Payment
will be determined in accordance with Section 1-09.6 of the Standard Specifications.
Payment for this item will be only for the changes and amounts approved by the City and
shall be full compensation for all labor, tools, equipment, and materials required to perform
the work in conformance with the Contract documents, including but not limited to the
following:
• Removal, hauling, and disposal of reinforced concrete, structural metal, concrete
encased pipes, vehicles, etc.
• Coordination with the Engineer and Owner.
If there are no removals of unforeseen obstruction and Debris, the final payment will be $0
(zero).
02/19/2026
107
1-09.14(2)AL 4 and 6-inch Diam. Sanitary Side Sewer Pipe Relocation (For Storm or Water
Conflict) (Bid Item B27, B28, C72 and C73) –– Linear Foot
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered a quantity for Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of
the type and size specified in the Proposal to become a part of the total bid by the Contractor.
Measurement for Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of the
type and size specified will be per linear foot bid price and based on linear footage measured
horizontally over the centerline of the installed pipe regardless of material specified.
Payment for Sanitary Side Sewer Pipe Relocation (For Storm or Water Conflict) of the type
and size specified shall be full compensation for all labor, materials, and equipment required
to complete the work specified in the contract documents, regardless of material specified,
and shall include but not be limited to the following:
• Locating all existing utilities including sewer main, side sewer locations.
• Determining side sewer horizontal and vertical locations.
• Saw cutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Developing, implementing, furnishing, installing, and removing temporary storm
and/or sanitary sewer bypass pumping and system.
• Excavation, trench excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials, and
existing side sewer pipes and fittings.
• Cutting, removing, and disposing of existing side sewer pipes.
• Furnishing, installing, laying and SDR 35 PVC side sewer pipes, joints, bends, fittings,
and couplings of the size and type specified and all incidentals.
• Connecting and re-connecting new side sewer pipes to existing side sewer pipes and
existing sewer mains.
• Furnishing and installing ethafoam pads (where needed).
• Furnishing placing, and compacting pipe bedding material.
• Furnishing water, cleaning, and testing side sewer pipes required in conformance with
the Contract Documents.
• Performing and furnishing closed circuit television (CCTV) inspection after the
completion of side sewer relocations.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
• Furnishing final as-builts of new side sewer locations.
Payment will only be made if damage and/or conflict of the existing side sewer to the new
water main or new storm pipe are not avoidable when using normal standards of care
during construction. No payment shall be made for existing side sewers that are in good
conditions prior to construction but are damaged by Contractor’s operations.
02/19/2026
108
Sanitary Side Sewer Pipe Relocation (For Storm and Water Conflict) of the size specified will
only be paid when any existing sanitary side sewers resulting from potholing field verifications
require the relocations to avoid conflicts with the installation of new water mains or storm
pipes.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and potholing to
determine the side sewer horizontal and vertical locations will be paid for under the specific
bid items set forth in the Proposal/Contract Documents.
This bid item is exempt from Section 1-04.6, and no price adjustment will be made for
variation in actual quantity used. If there are no Sanitary Side Sewer Pipe Relocation (For
Storm or Water Conflict) of type and size specified, the final payment will be $0 (zero).
The following subsection provides the measurement and payment information of the Bid
Items specific to Schedule B – Storm Water and Roadway.
1-09.14(2)BA Abandon Existing Storm Structure (Bid Item B11) – Each
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered a quantity for Abandon Existing Storm Structure in the Proposal to become a part of
the total bid by the Contractor.
Measurement for Abandon Existing Storm Structure will be per each bid price performed in
conformance with the Contract Documents.
Payment for Abandon Existing Storm Structure shall be full compensation for all labor,
equipment, materials to remove, haul and disposal of up to top 12 feet of storm concrete
structure, frames and covers, drill drainage holes, plug pipes, and fill remaining structure with
backfill in accordance with the Contract Documents.
This bid item is exempt from Section 1-04.6, and no price adjustment will be made for
variation in actual quantity used. If there is no Abandon Existing Storm Structure, the final
payment will be $0 (zero).
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)BB Remove Existing Storm Structure-Inlet and Manhole (Bid Item B12 and B13)
– Each
Measurement for Remove Existing Storm Structure-Inlet or Manhole will be per each bid
price performed in conformance with the Contract Documents.
Payment for Remove Existing Storm Structure-Inlet or Manhole shall be full compensation for
all labor, materials, and equipment to remove, haul, and dispose of the entire storm
structure; Inlet and Manhole in accordance with the Contract Documents. The work shall
include but not be limited to the following.
02/19/2026
109
• Locating all existing utilities including storm structures including the covers under the
pavement and determining their approximate horizontal and vertical locations.
• Protecting and providing temporary support for existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, implementing, and removing temporary storm bypass pumping
and system.
• Excavation, removal, haul, and disposal of existing storm structures (Inlet and
Manhole) and of existing pavement, curbs, gutters, sidewalks, debris, surplus and
unsuitable excavated materials.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)BC Remove Existing Storm Pipe (Bid Item B14) – Linear Foot
Measurement for Remove Existing Storm Pipe will be per linear foot bid price in conformance
with the Contract Documents.
Payment for Remove Existing Storm Pipe shall be full compensation for all labor, equipment,
materials, and equipment to remove, haul, and dispose of the entire various storm pipe sizes
in accordance with the Contract Documents. The work shall include but not be limited to the
following:
• Locating all existing utilities including storm pipes and determining their approximate
horizontal and vertical locations.
• Protecting and providing temporary support for existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, implementing, and removing temporary storm bypass pumping
and system.
• Excavation, removal, haul, and disposal of existing storm pipes, fittings, and of existing
pavement, curbs, gutters, sidewalks, debris, surplus and unsuitable excavated
materials.
• Plugging existing storm pipes with commercial concrete/ cement-based grout, where
necessary.
• Replacing, protecting and/or maintaining existing utilities.
• Placing and compacting backfill and subgrade material.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
02/19/2026
110
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid in for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)BD Connect Existing Storm Pipe to New Storm Structure (Bid Item B16) – Each
Measurement for Connect Existing Storm Pipe to New Storm Structure will be per each bid
price in conformance with Contract Documents.
Payment for Connect Existing Storm Pipe to New Storm Structure shall be full compensation
for all labor, equipment, materials, excavation around and protection of existing pipe,
furnishing, installing, and removing temporary bypass pumping, cleaning the existing storm
pipe, furnishing core drilling, furnishing and installing pipe sleeve or other required fittings,
connecting existing storm pipes to new storm structures, and removal and disposal of waste
materials.
1-09.14(2)BE Connect New Storm Pipe to Existing Storm Structure (Bid Item B17) – Each
Measurement for Connect New Storm Pipe to Existing Storm Structure will be per each bid
price in conformance with Contract Documents.
Payment for Connect New Storm Pipe to Existing Storm Structure shall be full compensation
for all labor, equipment, materials, excavation around and protection of existing structure,
furnishing, installing, and removing temporary bypass pumping, furnishing core drilling,
cleaning the existing catch basin, furnishing and installing required pipe fittings or other
materials, connecting new storm pipes to existing storm structures, and removal and disposal
of waste materials.
1-09.14(2)BF 8-inch Diam. SDR 35 PVC Storm Pipe (Bid Items B18) – Linear Foot
Measurement for SDR 35 PVC Storm Pipe of the size specified will be per linear foot bid price
and based on linear foot measured horizontally over the centerline of the installed pipe from
the center of structures in conformance with the Contract Documents.
Payment for SDR 35 PVC Storm Pipe of the size specified shall be full compensation for all
labor, materials, tools, and equipment required to complete the work specified in the
contract documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including storm pipes and determining their horizontal
and vertical locations.
• Protecting and providing temporary support of existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, implementing, and removing temporary storm bypass pumping
and system.
• Excavation, trench excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials.
02/19/2026
111
• Furnishing, installing, and laying the pipes of the size and material types required
including gaskets, fittings, joints, bends, couplings, adaptors, and appurtenances
required, and all incidentals.
• Intercepting existing 6” concrete pipe. Furnishing and installing 6” concrete pipe to 8”
SDR 35 PVC transition coupling.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill and subgrade material.
• Furnishing and installing ethafoam pads (if needed).
• Furnishing water, cleaning, and testing storm pipes required in conformance with the
Contract Documents.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
Removing of existing storm pipe will be paid for under the specific bid item set forth in the
Proposal/Contract Documents.
1-09.14(2)BG 8, 12, and 18-inch Diam. Ductile Iron Storm Pipe (Bid Items B19 , B20, and
B23) – Linear Foot
Measurement for Ductile Iron Storm Pipe of the size specified will be per linear foot bid price
and based on linear foot measured horizontally over the centerline of the installed pipe from
the center of structures in conformance with the Contract Documents.
Payment for Ductile Iron Storm Pipe of the size specified shall be full compensation for all
labor, materials, tools, and equipment required to complete the work specified in the
contract documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including storm pipes and determining their horizontal
and vertical locations.
• Protecting and providing temporary support of existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, implementing, and removing temporary storm bypass pumping
and system.
• Excavation, excavating trench, removal, haul, and disposal of existing pavement, curbs,
gutters, sidewalks, debris, surplus and unsuitable excavated materials.
• Furnishing and installing pipes of the size and material type required including gaskets,
fittings, adaptors, and appurtenances required, and all incidentals.
• Furnishing, installing, laying and jointing pipe and fittings.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill and subgrade material.
02/19/2026
112
• Furnishing and installing ethafoam pads (if needed).
• Furnishing water, cleaning, and testing storm pipes required in conformance with the
Contract Documents.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
Removing of existing storm pipe will be paid for under the specific bid item set forth in the
Proposal/Contract Documents.
1-09.14(2)BH 12 and 18-inch Diam. Polypropylene Storm Pipe (Bid Item B21 and B22) ––
Linear Foot
Measurement for Polypropylene Storm Pipe of the size specified will be per linear foot bid
price and based on linear footage measured horizontally over the centerline of the installed
pipe.
Payment for Polypropylene Storm Pipe of the size specified shall be full compensation for all
labor, materials, and equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including storm pipes and determining their horizontal
and vertical locations.
• Protecting and providing temporary support for existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, and removing temporary storm bypass pumping and system.
• Excavation, trench excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials.
• Plugging existing storm pipes with commercial concrete/ cement-based grout, where
necessary.
• Furnishing, installing, laying the pipes, gaskets, fittings, adaptors, and appurtenances
required, and all incidentals.
• Furnishing and installing ethafoam pads (when needed).
• Furnishing placing, and compacting pipe bedding material.
• Placing and compacting trench backfill and subgrade material.
• Furnishing water, cleaning, and testing storm pipes required in conformance with the
Contract Documents.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
02/19/2026
113
Removing of existing storm pipe will be paid for under the specific bid item set forth in the
Proposal/Contract Documents.
1-09.14(2)BI Catch Basin Type 1 and Type 1L (Bid Item B24 and B25) – Each
Measurement for Catch Basin of the type specified will be measured per each bid price in
conformance with the Contract Documents.
Payment for Catch Basin of the type specified shall be full compensation for all labor,
materials, tools, and equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and determining their horizontal and vertical locations.
• Protecting and providing temporary support for existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, implementing, and removing temporary storm bypass pumping
and system.
• Excavation, foundation excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials.
• Furnishing, placing, and compacting foundation bedding material.
• Furnishing and installing a precast concrete catch basin of the type specified, gaskets,
catch basin frame and lid, installation, adjustment of frames to finished grades,
appurtenances, Kor-N-Seal boots (or approved equal).
• Connecting a new Catch Basin type of specified to new storm pipes.
• Placing and compacting backfill and subgrade material.
• Furnishing water, cleaning, and testing required in conformance with the Contract
Documents.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
Maximum pay limit for selected backfill material around the structures shall be limited to 3-
feet.
1-09.14(2)BJ 48-inch Diam. Catch Basin Type 2 (Bid Item B26) – Each
Measurement for 48-inch Diam. Catch Basin Type 2 will be per each bid price in conformance
with the Contract Documents.
Payment for 48-inch Diam. Catch Basin Type 2 shall be full compensation for all labor,
materials, tools, and equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and determining their horizontal and vertical locations.
• Protecting and providing temporary support for existing utilities.
02/19/2026
114
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Furnishing, installing, implementing, and removing temporary storm bypass pumping
and system.
• Excavation, foundation excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials.
• Plugging existing storm pipes with commercial concrete/ cement-based grout, where
necessary.
• Furnishing, placing, and compacting foundation bedding material.
• Furnishing and installing a precast concrete 48-inch diameter catch basin type 2,
gaskets, catch basin frame and lid, installation, adjustment of frames to finished grade,
appurtenances, Kor-N-Seal boots (or approved equal).
• Connecting a new 48-inch diameter Catch Basin Type 2 to new storm pipes.
• Placing and compacting backfill and subgrade material.
• Furnishing water, cleanup and testing required in conformance with the Contract
Documents.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
Maximum pay limit for selected backfill material around structures shall be limited to 3-feet.
1-09.14(2)BK CCTV Inspection (Bid Item B29) – Linear Foot
Measurement for CCTV Inspection will be per linear foot bid price and measured horizontally
over the centerline of the storm pipe inspected in conformance with section 7-17.3(2)H and
the Contract Documents.
Payment for CCTV Inspection shall be full compensation for all labor, materials, and
equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• CCTV inspection of all new open-cut installed storm pipes.
• Delivery of the CCTV inspections entirely in a PACP compatible format database on an
External HDD to the Engineer.
Costs for additional CCTV Inspection required to verify corrections or replacement of storm
pipes, or done solely for the Contractor’s convenience, shall be at the Contractor’s sole
expense.
02/19/2026
115
1-09.14(2)BL Remove Existing Abandoned Traffic Detection Wire Loops (Bid Item B30) –
Lump Sum
Measurement for Remove Existing Abandoned Traffic Detection Wire Loops will be per lump
sum bid price and based on the percentage of total Work complete, by dollar value, at the
time of measurement in conformance with the Contract Documents.
Payment for Remove Existing Abandoned Traffic Detection Wire Loops shall be full
compensation for all labor, materials, equipment, and hauling to complete the work specified
in the contract documents and plans and shall include and be not limited to:
• Locating all existing utilities and existing abandoned traffic detection wire loops and
determining their horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials.
• Removing, hauling, and disposing of existing traffic detection wire Loops, associated
conduits, wiring cabling, and lead-in cables, where as necessary.
1-09.14(2)BM 3-inch Diam. Schedule 80 PVC Conduit (Bid Item B31) – Linear Foot
Measurement for 3-inch Diam. Schedule 80 PVC Conduit will be per linear foot bid price in
conformance with the Contract Documents.
Payment for 3-inch Diam. Schedule 80 PVC Conduit shall be full compensation for all labor,
materials, and equipment required to complete the work specified in the contract documents
and plans, and shall include but not be limited to the following:
• Locating all existing utilities and determining their horizontal and vertical locations.
• Protecting and providing temporary support of existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in
depth, sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses,
sedimentation tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, trench excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials.
• Furnishing, installing, placing, and hauling 3-inch Diam. Schedule 80 PVC Conduit
pipes, pipe connections, elbows, bends, caps, unions, fittings, etc.
• Furnishing, installing, placing, and hauling electrical warning tapes and Nylon Pull
Cords.
• Furnishing, placing, and compacting pipe sand bedding material.
• Placing and compacting backfill and subgrade material.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
• All costs associated with preparing, completing, submitting and re-submitting
electrical permit applications and associated plans and documentation, requests,
02/19/2026
116
notifications, documentation, and compliance with permit and authorization
requirements, application fees for the City of Renton
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items.
1-09.14(2)BN Locking LID STD. Duty J-Box Type 2 (Bid Item B32) – Each
Measurement for Locking LID STD. Duty J-Box Type 2 will be per each bid price in conformance
with the Contract Documents.
Payment for Locking LID STD. Duty J-Box Type 2 shall be full compensation for all labor,
materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and determining their horizontal and vertical locations.
• Protecting and providing temporary support of existing utilities including existing
fiber optic conduits and cables.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in
depth, sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, foundation excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris surplus and unsuitable excavated materials.
• Core drilling, grouting, cleaning the structure of new Locking LID STD. Duty Type 2.
• Furnishing, installing, placing, and hauling Locking LID STD. Duty Type 2.
• Connecting new 3” Schedule 80 PVC conduits and Nylon Pull Cords to Locking LID
STD. Duty Type 2.
• Removing existing junction box and reconnecting existing conduits and wires to new
locking LID STD J-Box Type 2.
• Terminating new 3” Schedule 80 PVC conduits and Nylon Pull Cords at new locking
LID STD J-Box Type 2.
• Furnishing, placing, and compacting foundation bedding material.
• All costs associated with preparing, completing, and submitting electrical permit
applications and associated plans and documentation, requests, notifications,
documentations, and compliance with permit and authorization requirements,
application fees for the City of Renton
Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items.
1-09.14(2)BO Small Cable Vault (Bid Item B33) – Each
Measurement for Small Cable Vault will be per each bid price in conformance with the
Contract Documents.
02/19/2026
117
Payment for Small Cable Vault shall be full compensation for all labor, materials, tools,
equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Locating all existing utilities and determining their horizontal and vertical locations.
• Protecting and providing temporary support of existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in
depth, sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, foundation excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, surplus and unsuitable excavated materials.
• Core drilling, grouting, cleaning the structure of new Small Cable Vault.
• Furnishing, installing, placing, and hauling Small Cable Vault.
• Connecting new 3” Schedule 80 PVC conduits and Nylon Pull Cords to Small Cable
Vault.
• Furnishing, placing, and compacting foundation bedding material.
• All costs associated with preparing, completing, and submitting electrical permit
applications and associated plans and documentation, requests, notifications,
documentations, and compliance with permit and authorization requirements,
application fees for the City of Renton
Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid items.
1-09.14(2)BP Connection 3-inch Diam. Schedule 80 PVC Conduit to Existing Vault (Bid Item
B34) – Each
Measurement for Connection 3-inch Diam Schedule 80 PVC Conduit to Existing Vault will be
per each bid price in conformance with the Contract Documents.
Payment for Connection 3-inch Diam Schedule 80 PVC Conduit to Existing Vault shall be full
compensation for all labor, materials, tools, equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities and determining their horizontal and vertical locations.
• Protecting and providing temporary support of existing utilities.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in
depth, sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses,
sedimentation tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, surplus and unsuitable excavated materials.
• Core drilling, grouting, cleaning the existing vault.
• Connecting new 3” Schedule 80 PVC conduits and Nylon Pull Cords to Small Cable
Vault.
02/19/2026
118
Concrete curb, gutter, and sidewalk removal and repair will be paid for under other bid
items.
1-09.14(2)BQ Resolution of Utility Conflicts for Proposed Storm System (Bid Item B35) –
Force Account.
Payment will be made in accordance with Section 1-07.17(5).
Resolution of Utility Conflicts for Proposed Storm System will be paid for by force account
bid price in accordance with Section 1-09.6 of Stand Specifications and these special
provisions.
To provide a common basis for all bidders, the Contracting Agency has entered an amount for
the item “Resolution of Utility Conflicts for Proposed Storm System” in the proposal form to
become part of the total bid by the Contractor. Utility Conflicts due the Contractor’s actions
or operations shall be resolved by the Contractor at no expense to the Contracting Agency.
The unit contract price is given in the Schedule of Prices and shall not be changed by the
bidder.
Payment for this bid item will be only for the changes and amount approved by the city. If
no changes are authorized under this bid item, final payment for this bid item shall be $0
(zero).
The following subsection provides the measurement and payment information of the Bid
Items specific to Schedule C – Water.
1-09.14(2)CA Permits (Bid Items C02)-Lump Sum
Measurement for Permits will be measured per lump sum bid price and based on the
percentage of total Work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents.
Payment for this bid item shall constitute full compensation for all costs associated with
preparing, completing, and submitting permit applications and all required plans and
documentation, including requests, notifications, and compliance with all permit and
authorization requirements. This includes application fees for the Puget Sound Clean Air
Agency and the Department of Labor and Industries, as well as any fees or penalties
imposed by jurisdictional agencies resulting from the Contractor’s non-compliance with
regulatory requirements.
Permits included in this bid item include, but are not limited to, the following:
Puget Sound Clean Air Agency:
• Asbestos/Demolition Project Notification for Contractors and the City (Contractor
paid).
State of Washington Department of Labor and Industries:
• Notice of Asbestos Abatement Project (Contractor paid).
02/19/2026
119
Forms to be completed and submitted by the Contractor shall include, but not limited to the
following:
• City of Renton, Water Utility: Asbestos Cement Pipe – Waste Shipment Record
(Transporter and Waste Disposal Site)
• Washington State Department of Labor and Industries – Asbestos Project Notice of
Intent and Instruction for Asbestos Project Notification.
• Puget Sound Clean Air Agency – Asbestos/Demolition Notification.
1-09.14(2)CB Asbestos Cement (AC) Pipe Removal (Bid Items C04)-Linear Foot
Measurement for Asbestos Cement (AC) Pipe Removal of the various sizes will be measured
in linear foot bid price along the center line of the water main pipe removed including fittings
in conformance with the Contract Documents.
Payment for Asbestos Cement (AC) Pipe Removal of the various sizes shall be full
compensation for all labor, materials, tools, equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities including asbestos cement (AC) pipes and determining
their horizontal and vertical locations.
• Saw cutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Excavation, hauling, handling, and disposal of AC pipes, fittings, and its appurtenances.
• Compliance with regulations governing friable AC pipes.
• Furnishing specialized tools and equipment and safety clothing and safety apparatus.
• Protecting and maintaining existing utilities.
• Excavation, removal, haul and disposal of existing pavement, sidewalk, curb, gutters,
debris, surplus and unsuitable excavated materials, and AC pipes and appurtenances.
• Cutting, removing, bagging, and disposing of AC pipes, fittings, restrained joints,
spools, sleeves, couplings, and appurtenance.
• Secure temporary storage until hauled to disposal site.
• Hauling and delivery of AC pipes to approved disposal site.
• Coordinating with City’s Work Forces for water main isolations.
• Properly draining and disposing water from AC pipes.
• Delivery of all chain-of-custody documentation and disposal records to Engineer.
75 percent of payment shall be paid when the pipe is removed. The remaining 25 percent
of payment shall be made once receipt of asbestos waste shipment record is received.
This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual
quantity of removals and disposals.
Furnishing Gravel Borrow for backfill material will be paid for under the specific bid items set
forth in the Proposal/Contract Documents.
02/19/2026
120
1-09.14(2)CC Asphalt Treated Base (Bid Items C08)-Ton
Measurement for Asphalt Treated Base will be measured in ton bid price and based on the
weight of material installed for the trench permanent asphalt patch in conformance with the
Contract Documents.
Payment for Asphalt Treated Base shall be full compensation for all labor, materials, tools,
and equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Excavation, grading, hauling, removal and disposal of in the excavation necessary for
placing Asphalt Treated Base including but not limited to existing asphalt and concrete
pavement, debris, surplus and unsuitable excavated materials.
• Furnishing, placing, and compacting asphalt treated base.
• Preparing for subgrade and cleanup.
Permanent Asphalt Patch shall be HMA PG 58V-22 and is exempt from Section 1-04.6 and no
price adjustment will be made for variation in actual quantity used.
Crushed Surfacing Top Course (CSTC) used for subgrades will be measured and paid as a
separate bid item.
1-09.14(2)CD Cement Concrete Driveway (Bid Item C10) – Square Yard
Measurement for Cement Concrete Driveway will be per square yard bid price in
conformance with the Contract Documents.
Payment for Cement Concrete Driveway shall be full compensation for all labor, materials,
tools, and equipment required to complete the work specified in the contract documents
and plans and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Excavation, removal, haul, and disposal of in the excavation necessary for the
improvements including but not limited to existing asphalt and cement concrete
driveway, debris, surplus and unsuitable excavated materials.
• Sawcutting existing cement concrete driveway min. 6” in depth
• Furnishing and installing new cement concrete driveway shown in the Plans.
• Furnishing and installing formwork.
• Furnishing and installing joint filters, expansion joints, and rebars.
• Placing and compacting the subgrade material.
Furnishing CSTC for subgrade will be paid for under the specific bid items set forth in the
Proposal/Contract Documents.
1-09.14(2)CE CLSM Encasement (Bid Item C16) – Cubic Yard
Measurement for CLSM-Pipe Encasement will be per cubic yard in conformation with the
Contract Documents.
02/19/2026
121
Payment for CLSM Encasement shall be full compensation for all materials, equipment, tool,
labor, and all necessary to furnish, install, place the CLSM Encasement, submit, revise, and
re-submit CLSM Encasement design and plan.
This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual
quantity used. If there is no CLSM Encasement used, final payment for this item will be $0
(zero).
1-09.14(2)CF Survey Monument Replacement (Bid Item C17) – Each
Measurement for Survey Monument Replacement will be per each bid price of survey
monument replaced, including each witness monument placed in conformance with the
Contract Documents.
Survey Monument Replacement shall be per Special Provisions Section 1-05.4 and the City of
Renton Surveying Standards in Special Provisions Section 1-11. The surveyor shall comply with
WAC 332-120 Survey Monuments – Removal or Destruction.
Payment for Survey Monument Replacement shall be full compensation for all labor,
materials, equipment, travel, surveying, documentation, permit fees and applications, and
replacement of each survey monument as shown on the plans.
The work includes, but is not limited to:
A. Locating and surveying all existing monuments and providing the city with a copy
of the survey results.
B. Cutting or coring of existing asphalt pavement.
C. Excavation, removal, and disposal of the disturbed monument and cast, existing
asphalt pavement, and waste materials.
D. Hand excavation and hand backfill as may be required.
E. Furnishing and installing the new monument and case.
F. Furnishing, placing, and compacting backfill and subgrade material.
G. Furnishing installing, and placing concrete base, grout, and others as shown in
the standard plan.
H. Providing the City with a copy of Application to Remove a Monument submitted
to the State DNR for each monument.
I. Resetting the monuments in the original positions or setting witness monuments
if needed. All new monuments, discs, materials, and the work needed to set
them are included.
J. Providing the City with a copy of the Completion Report submitted to the State
DNR for each monument.
K. Submitting a City Monument Card to the City showing the new monument and
monument ties. Existing monument ties will be used whenever possible. New
ties shall be set where needed. New monuments and monument cards are
subject to City review and approval. Any corrections or resurveying needed shall
be incidental.
L. All work shall be located per the City of Renton Survey Control Network.
Coordinates shall be given for the new and existing monument.
02/19/2026
122
Up to 50 percent of the unit bid price for each monument will be paid after each existing
monument is surveyed, and the city receives a copy of the Application to Remove a
Monument submitted to the Washington State Department of Natural Resources.
The remaining 50 percent of the unit bid price for each monument will be paid after each
new monument is placed or replaced, a copy of the Completion Report and a new Monument
Card is submitted to the city, and the city review and acceptance of the new/replaced
monument and Monument Card.
Survey Monument Replacement is exempt from Section 1-04.6, and no price adjustment will
be made for variation in actual quantity used.
1-09.14(2)CG Removal of Existing Fire Hydrant (Bid Item C18) – Each
Measurement for Removal of Existing Fire Hydrant will be per each bid price in conformance
with the Contract Documents.
Payment for Removal of Existing Fire Hydrant shall be full compensation for all labor,
materials, equipment required to remove and to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities, water main and services and determining their horizontal
and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23-inch in
depth sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, trench excavation, removal, haul and disposal of existing sectional water
mains, pavement, curbs, gutters, sidewalks, concrete pads, debris, surplus and
unsuitable excavated materials including existing pipes and appurtenances, and
structures in the excavation and the like.
• Disconnecting the existing fire hydrant from the existing water mains.
• Abandoning in place existing 6” water pipes in place with cast iron or ductile iron end
caps.
• Removing existing fire hydrant assembly including water pipes and structures and like
salvaging, hauling, and delivering the existing fire hydrant to City Operation and
Maintenance Facility.
• Placing and compacting trench backfill and subgrade material.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, and removing temporary hot mix asphalt pavement patching.
1-09.14(2)CH Abandon Existing Gate Valves (Bid Item C19) – Each
Measurement for Abandon Existing Gate Valve will be each bid price in conformance with
the Contract Documents
02/19/2026
123
Payment for Abandon Existing Gate Valves shall be full compensation for all labor, materials,
and equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Removing, abandoning, and disposal of existing gate valves and valve lids/boxes
including the upper sections.
• Furnishing and filling the bottom of the box with sand.
• Furnishing and filling the valve box with cement concrete.
• Excavation, removal, haul, and disposal of waste materials.
1-09.14(2)CI Abandon Existing Water Main (Bid Item C20) – Lump Sum
Measurement for Abandon Existing Water Main will be per lump sum bid price and based
on the percentage of total Work complete, by dollar value, at the time of measurement in
conformance with the Contract Documents
Payment for Abandon Existing Water Main shall be full compensation for all labor, materials,
tools, and equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Coordinating with City Forces prior to the system abandonment.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and plugging existing water pipes with commercial concrete/cement-based
grout per Special Provisions, Section 7-09.3(25).
• Plugging and capping various sizes and types of existing water pipes with cast iron or
ductile iron end caps for abandoned in-place pipes per Special Provisions, Section 7-
09.3(25).
• Furnishing all required cast iron/ ductile iron end caps, plugs, blind flanges, fittings,
etc. to abandon existing water system including as required for City’ work forces to
perform each cut and cap of existing water main during the final connections of new
water mains to existing water mains.
• Placing and compacting void left by removed items with selected backfill material.
• Placing and compacting trench backfill.
• Draining and properly disposing of water from existing water pipes.
• Replacing, protecting and/or maintaining existing utilities.
02/19/2026
124
• Furnishing, placing, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material will be paid for under the specific bid items set
forth in the Proposal/Contract Documents.
1-09.14(2)CJ Cut, Cap, and Block Existing Water Mains (Bid Item C21) –– Each
Measurement for Cut, Cap, and Block Existing Water Mains will be per each bid price in
conformance with the Contract Documents.
Payment for Cut, Cap, and Block Existing Water Mains shall be full compensation for all labor,
materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris; existing pipes and appurtenances, and structures, surplus and
unsuitable excavated materials, and capping abandoned pipes.
• Furnishing all required pipes, air release valves, fittings, blind flanges, adapters,
couplings, ductile iron caps, and incidentals as required for City Forces to perform the
cut and cap.
• Furnishing, placing, and removing temporary concrete blocking.
• Placing and compacting backfill and subgrade material.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CK 8, 10, 12, 16-inch Diam. Ductile Iron Class. 52 Restrained Joint Water Pipe &
Restrained Joint Fittings with Polywrap (Bid Item C22, C23, C24, and 25) –– Linear Foot
Measurement for Ductile Iron Class 52 Restrained Joint Water Pipe and Restrained Joint
Fittings with Polywrap of the type and size specified will be per linear foot bid price and based
on the actual lineal footage measured horizontally over the centerline of the installed pipe.
Payment for Ductile Iron Class 52 Restrained Joint Water Pipe and Restrained Joint Fittings
with Polywrap of the type and size specified shall be full compensation for all labor, materials,
tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities, water main and services and determining their horizontal
and vertical locations.
02/19/2026
125
• Field adjustments to water main alignment and grade, as required, based on results
of utility locates and potholing results and/or as directed by the Engineer.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, trench excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including
existing pipes and appurtenances, and structures in the excavation and the like.
• Furnishing, installing, laying and jointing restrained-joint Ductile Iron water pipes and
restrained-joint fittings of the size, type and class as shown on the plans and as
specified in Section 9-30.2(6) of the contract special provisions, polyethylene
encasement, locate marking tape, special fittings including wedge type restrained-
joint follower glands at all fittings with mechanical-joint ends, tees, crosses, reducers,
spools, couplings, sleeves, horizontal and vertical bends, vertical crosses for poly-
pigging stations, and all incidentals.
• Deflecting the pipes and/or installing vertical bends with concrete blocking as required
to cross over or under buried utilities based upon resulting of potholing and/or as
directed by the Engineer.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill and subgrade material.
• Furnishing and installing ethafoam pad or approved equal where necessary at utility
crossings.
• Furnishing, installing, removing, and disposing all poly-pigging station materials
including temporary concrete blockings, temporary air-vacuum release assemblies,
and temporary blow-offs for testing.
• Preparing, revising, submitting, and implementing a Testing and Disinfection Plan.
• Polypigging, pressure-testing, disinfecting and flushing of new water mains, purity
testing in accordance with the contract specifications and disposal and/or
dechlorination of flushed water.
• Replacing, protecting, restoring and/or maintaining existing utilities.
• Hand digging as required to complete construction and protect existing improvements
(i.e., rockeries, signs, mailboxes, decking, etc.) and utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt pavement
patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CL Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod (Bid
Item C-26) – Cubic Yard
Measurements for Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod
will be per cubic yard bid price as determined in the field. Concrete poured in excess of the
required cubic yardage shall not be measured.
02/19/2026
126
Payment for Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod shall
be full compensation for all work, labor, materials, and equipment necessary to furnish and
place concrete for Concrete Blocking and Straddle Thrust Blocking and shall include but not
be limited to the costs of concrete, steel rebar, pipe clamp and tie/anchor rods. No payment
shall be made for excess cubic yardage under this bid item. The work shall include but not
be limited to the following.
• Locating all existing utilities, water main and services and determining their horizontal
and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul and disposal of existing pavement, curbs, gutters, sidewalks,
debris, surplus and unsuitable excavated materials including existing pipes and
appurtenances, and structures in the excavation and the like.
• Furnishing and placing concrete for concrete blocking for vertical and horizontal
blocking, straddle thrust blocking, steel rebar, shackle rods, tie rods, clamp assembly,
anchor bolts, turnbuckles, concrete form work.
• Placing and compacting trench backfill.
• Replacing, protecting, and/or maintaining existing utilities.
• Furnishing, replacing, compacting, and removing temporary hot mix asphalt
pavement patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CM 4, 6, 8, 10 & 12-inch Diam. Gate Valve Assembly (Bid Items C27, C28, C29,
C30, and C31) –– Each
Measurement for Gate Valve Assembly of the size specified will be per each bid price in
conformance with the Contract Documents.
Hydrant Auxiliary 6” gate valve included in the payment for the fire hydrant assembly bid item
and will not be included in this measurement item.
Payment for Gate Valve Assembly of the size specified shall be full compensation for all labor,
materials, tools, and equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
02/19/2026
127
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing valves, wedge type restrained-joint follower glands for valves
with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve
marker posts, pipe nipples, couplings, polyethylene encasement, and all incidentals.
• Adjusting new gate valve boxes and covers to finished grade.
• Furnishing, placing, and compacting for bedding material.
• Placing and compacting trench backfill.
• Replacing, protecting, restoring and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt pavement
patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CN 16-inch Diam. Butterfly Valve Assembly (Bid Items C32) –– Each
Measurement for Furnish and Install Butterfly Valve Assembly of the size specified will be per
each bid price in conformance with the Contract Documents.
Payment for Furnish and Install Gate Valve Assembly of the size specified shall be full
compensation for all labor, materials, tools, equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing valves, wedge type restrained-joint follower glands for valves
with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve
marker posts, pipe nipples, couplings, polyethylene encasement, and all incidentals.
• Adjusting new gate valve boxes and covers to finished grade.
• Furnishing, placing, and compacting for bedding material.
• Placing and compacting trench backfill.
• Replacing, protecting, restoring and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt pavement
patching.
02/19/2026
128
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CO Fire Hydrant Assembly (Bid Item C33) –– Each
Measurement for Fire Hydrant Assembly will be per each bid price in conformance with the
Contract Documents.
Payment for Fire Hydrant Assembly shall be full compensation for labor, materials, tools,
equipment required to complete the work specified in the standard plans, contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing a new fire hydrant assembly, main line tee and 6-inch gate
valve, standpipe, shoe, and 6-inch RJ DI piping up to 40 linear feet per hydrant run,
Storz adapter, and blue pavement marker.
• Furnishing and installing shut-off valve, valve box, valve extension.
• Furnishing and installing shackles, corten steel tie rods, concrete blocking and wedge-
type mechanical joint restraints follower-glands (i.e. Mega-lugs), polyethylene
encasement, and raised blue pavement marker.
• Furnishing, placing, and compacting washed drain rock.
• Placing and compacting trench backfill.
• Adjusting fire hydrant, new 6-inch gate valve boxes and covers to finished grade.
• Furnishing and installing, concrete blocking, concrete shear block, and retaining wall
(if needed) as shown on the standard plans.
• Testing, disinfecting, and flushing of new fire hydrants.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
• Painting the fire hydrants with two field coats of paint as specified in the contract
documents.
• Moving, transplanting, potting, trimming, pruning shrubs and tree branches, and
grading to create a clear zone around the new hydrant as specified in the Contract
Documents.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking
will be paid for under the specific bid items set forth in the Proposal/Contract Documents.
02/19/2026
129
1-09.14(2)CP 1-inch Diam. Air and Vacuum Release Valve Assembly (Bid Item C34) –– Each
Measurement for Air and Vacuum Release Valve Assembly of size specified will be per each
bid price in conformance with the Contract Documents.
Payment for Air and Vacuum Release Valve Assembly of size specified shall be full
compensation for labor, materials, tools, equipment required to complete the work specified
in the standard plans, contract documents and plans, and shall include but not be limited to
the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement 23” in depth, sidewalk, curb, and
gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing new air and vacuum release valve assembly, corporation stop,
tubing, swing joints, pipes, couplings, gate valves, meter box, lid, beehive strainer,
fittings, etc. and appurtenances as specified in standard detail plans and contract
documents.
• Furnishing, installing, and painting marker post (if needed).
• Furnishing, placing, and compacting washed gravel.
• Placing and compacting trench backfill.
• Testing, disinfecting, and flushing of the new air release valve assembly.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
• Furnishing and externally painting 2” galvanized iron pipe and 2” 180-degree return
bend, open pattern in blue color as shown in STD. Plan 340.3.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CQ 2-inch Blow Off Assembly-Permanent (Bid Item C35) –– Each
Measurement for Blow Off Assembly-Permanent of the size specified will be per each bid
price in conformance with the Contract Documents.
Payment for Blow Off Assembly-Permanent shall be full compensation for labor, materials,
tools, equipment required to complete the work specified in the standard plans, contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
02/19/2026
130
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing 4-inch blow off gate valve, tee, valve box and lid, flange, pipe,
bend, adapter, cap, meter box and lid, etc. and appurtenances as shown in STD. Plan
340.1.
• Furnishing and installing polyethylene encasement and concrete blocking.
• Furnishing and installing mechanical joint restraints.
• Furnishing, placing, and compacting bedding material.
• Placing and compacting trench backfill.
• Furnishing, installing, and painting marker posts.
• Disinfecting, flushing, and testing the new blow off assembly.
• Replacing, protecting, and/or maintaining utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking
will be paid for under the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CR 1, 1.5, and 2-inch Diam. Water Service Connection (Bid Item C36, C37, and
C38) –– Each
Measurement for Water Service Connection of the size specified will be per each bid price in
conformance with the Contract Documents.
Payment for Water Service Connection of the size specified shall be full compensation for all
labor, materials, tools, and equipment required to complete the work specified in the
contract documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, trench excavation, removal, haul, and disposal of existing pavement,
curbs, gutters, sidewalks, debris, surplus and unsuitable excavated materials including
existing pipes and appurtenances, and structures in the excavation and the like.
• Boring, hole-hogging, tunneling, mechanical or hand trenching to furnish and install
new copper water service lines of the size specified.
• Furnishing and installing new ball valve corporation stops, tapping the water main,
laying and jointing the new copper water service lines and fittings, new couplers and
adapters, new 3-part unions, new tapped tees, new meter setters, new valves, new
02/19/2026
131
valve boxes, new meter boxes and lids of the appropriate size and matching the
Standard Plans as specified in the Plans.
• Laying and jointing the new copper water service lines and fittings, new meter setter,
new valves, new valve boxes, new tapped tees, new meter boxes and lids of the
appropriate size and matching the Standard Plans as specified in the plans.
• Testing, disinfecting, and flushing the new service lines in conjunction with the new
water mains.
• Connecting the customer-side private service line to the new copper tailpiece behind
the new meter setter and property lines.
• Furnishing and installing the required fittings, brass reducing bushings for 3/4” x 5/8”
meter, and materials, etc. and appurtenances.
• Removing the existing water meter from the existing water meter box and re-installing
the existing meter in the new meter setter and meter box.
• Protecting the existing customer-side private service lines.
• Coordinating and working with City’s workforces and the property owners
• Abandoning existing water service lines from the existing main by cutting and crimping
or capping.
• Furnishing, placing, and compacting washed gravel and/or crushed rock base.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, and compacting bedding material.
• Placing and compacting trench backfill.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
Restoring sidewalks, curb and gutters on public properties and restoring private properties
will be paid for under the specific bid items set forth in the Proposal/contract Documents.
1-09.14(2)CS Connection to Existing 4-inch and 6-inch Diam. Sprinkler Water Service Line
(Bid Item C39 and C40) –– Each
Measurement for Connection to Existing Sprinkler Water Service Line of the size specified will
be per each bid price in conformance with the Contract Documents.
Payment for Connection to Existing Sprinkler Water Service Line of the size specified shall be
full compensation for all labor, materials, tools, equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Field adjustments to water main alignment and grade, as required, based on results
of utility locates and potholing results and as directed by the Engineer.
• Coordinating with City Forces for shutting down existing water system prior to
construction or connection.
• Verifying inverts and fitting required for the connection prior to construction.
02/19/2026
132
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing ductile iron restrained joint water pipes of the size specified
up to 30 linear feet per each connection including polyethylene encasement, vertical
and horizontal bends, restrained fitting, shackle rods, and appurtenance.
• Furnishing, all required pipes of the size specified, fitting, adapters, couplings, sleeves,
spools, shackle rods, and incidentals as required for City’s water department’s
personnel to perform the final connection of new water line to the existing water
system.
• Furnishing and installing ethafoam pad or approved equal where necessary at utility
crossings.
• Furnishing pumping and disposal of the water from the draining of the existing water
mains including de-chlorination of the water.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill material.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blockings
will be paid for under the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CT Connection to Existing 6-inch Diam. Fire Hydrant Main Line (Bid Item C41) –
– Each
Measurement for Connection to Existing Fire Hydrant Main Line of the size specified will be
per each bid price in conformance with the Contract Documents.
Payment for Connection to Existing Fire Hydrant Main Line of the size specified shall be full
compensation for all labor, materials, tools, and equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Field adjustments to water main alignment and grade, as required, based on results
of utility locates and potholing results and as directed by the Engineer.
• Coordinating with City Forces for shutting down existing water system prior to
construction or connection.
• Verifying inverts and fitting required for the connection prior to construction.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
02/19/2026
133
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing and installing up 30 linear feet of 6” ductile iron restrained joint water pipes
including polyethylene encasement, vertical and horizontal bends, tees, restrained
fittings, shackle roads, and appurtenances.
• Furnishing all required pipes, fitting, adapters, sleeves, couplings, spools, shackle rods,
and incidental as required for City’s water department’s personnel to perform the final
connection of the new water line to the existing water system
• Furnishing and installing ethafoam pad or approved equal where necessary at utility
crossings.
• Furnishing pumping and disposal of the water from the draining of the existing water
mains including de-chlorination of the water.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill material.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blockings
will be paid for under the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CU Connection to Existing 8-inch Diam. Sprinkler Water Service Line (Bid Item
C42) –– Each
Measurement for Connection to Existing Sprinkler Water Service Line of the size specified will
be per each bid price in conformance with the Contract Documents.
Payment for Connection to Existing Sprinkler Water Service Line of the size specified shall be
full compensation for all labor, materials, tools, equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Field adjustments to water main alignment and grade, as required, based on results
of utility locates and potholing results and as directed by the Engineer.
• Coordinating with City Forces for shutting down existing water system prior to
construction or connection.
• Verifying inverts and fitting required for the connection prior to construction.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
02/19/2026
134
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing all required pipes, fitting, adapters, sleeves, couplings, spools, shackle rods,
and incidental as required for City’s water department’s personnel to perform the final
connection of the new water line to the existing water system
• Furnishing and installing ethafoam pad or approved equal where necessary at utility
crossings.
• Furnishing pumping and disposal of the water from the draining of the existing water
mains including de-chlorination of the water.
• Furnishing, placing, and compacting pipe zone bedding material.
• Placing and compacting trench backfill material.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking
will be paid for under the specific bid items set forth in the Proposal/Contract Documents.
Notes that furnishing and installing of 8” ductile restrained joint water pipes including
polyethylene encasement, vertical and horizontal bends, tees, restrained fittings, and
appurtenances will be paid under the specific bid item set forth in the Proposal/Contract
Documents.
1-09.14(2)CV Connection A, B, C, D, E, F, G, H, I, J, K, L, M, N, O, P, Q, R, S, T, U, V, W, X, Y,
Z, AA, and AB to Existing 8, 10, 12, and 16-inch Diam. Water Main (Bid Item C43, C44, C45,
C46, C47, C48, C49, C50, C51, C52, C53, C54, C55, C56, C57, C58, C59, C60, C61, C62, C63,
C64, C65, C66, C67, C68, C69, and C70) –– Each
Measurement for Connections to Existing Water Main of type and size specified will be per
each bid price in each connection for completion in conformance with the Contract
Documents.
Payment for Connections to Existing Water Main of type and size specified shall be full
compensation for all labor, materials, tools, and equipment required to complete the work
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Field adjustments to water main alignment and grade, as required, based on results
of utility locates and potholing results and as directed by the Engineer.
• Coordinating with City Forces for shutting down of existing water system prior to
construction or connection.
• Verifying inverts and fitting required for the connection prior to construction.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
02/19/2026
135
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing ductile iron pipe spools, fittings, adapters, couplings, sleeves, shackle rods,
and reducers of various diameter sizes including the size specified (8”, 10”, 12”, and
16”) as required for City’s water department’s personnel to perform the connections
of new water mains to the existing water system.
• Furnishing and installing ethafoam pad or approved equal where necessary at utility
crossings.
• Furnishing pumping and disposal of the water from the draining of the existing water
mains including de-chlorination of the water.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill.
• Replacing, protecting and/or maintaining existing utilities
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade will be paid for under
the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CX Connections to Existing 12”x 8” DI Cross (Bid Item C71) – Each.
Measurement for Connections to Existing 12”x8” DI Cross will be per each bid price in
conformance with the Contract Documents.
Payment for Connections to Existing 12”x8” DI Cross shall be full compensation for all labor,
materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities including water main and services and determining their
horizontal and vertical locations.
• Field adjustments to water main alignment and grade, as required, based on results
of utility locates and potholing results and as directed by the Engineer.
• Coordinating with City Forces for shutting down of existing water system prior to
construction, connection, or removal of existing gate valve.
• Verifying inverts and fitting required for the connection prior to construction.
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Trench dewatering including but not limited to sump pumps and hoses, sedimentation
tank, mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures in the excavation and the like.
• Furnishing all required pipes, fitting, adapters, sleeves, couplings, spools, polyethylene
encasement, blind flanges, and incidental as required for City’s water department’s
02/19/2026
136
personnel to perform the final connection of the new water main to the existing
12”x8” DI cross.
• Furnishing pumping and disposal of the water from the draining of the existing water
mains including de-chlorination of the water.
• Furnishing, placing, and compacting pipe bedding material.
• Placing and compacting trench backfill material.
• Replacing, protecting and/or maintaining existing utilities.
• Furnishing, placing, compacting, and removing temporary hot mix asphalt patching.
Furnishing Gravel Borrow for backfill material and CSTC for subgrade and concrete blocking
will be paid for under the specific bid items set forth in the Proposal/Contract Documents.
1-09.14(2)CY Adjust Existing Water Valve Box to Finished Grade (Bid Item C74) – Each.
Measurement for Adjust Existing Water Valve Box to Finished Grade will be per each for
completion in conformance with the Contract Documents.
Payment for Adjust Existing Water Valve Box to Finished Grade shall be full compensation for
labor, materials, tools, equipment required for adjusting the existing water valve box to
finished grade in accordance with the specifications and contract documents.
This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual
quantity used.
1-09.14(2)CZ Adjust Existing Manhole Cover to Finished Grade (Bid Item C75) – Each.
Measurement for Adjust Existing Manhole Cover to Finished Grade will be per each for
completion in conformance with the Contract Documents.
Payment for Adjust Existing Manhole Cover to Finished Grade shall be full compensation for
labor, materials, tools, equipment required for adjusting the existing manhole cover to
finished grade in accordance with the standard plan, specifications, and contract documents.
This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual
quantity used.
1-09.14(2)CAA Adjust Existing Gas Valve Box to Finished Grade (Bid Item C76) – Each.
Measurement for Adjust Existing Gas Valve Box to Finished Grade will be per each for
completion in conformance with the Contract Documents.
Payment for Adjust Existing Gas Valve Box to Finished Grade shall be full compensation for
labor, materials, tools, equipment required for adjusting the existing gas valve box to finished
grade in accordance with the specifications and contract documents.
This item is exempt from Section 1-04.6. There is no price adjustment for variation in actual
quantity used.
02/19/2026
137
1-09.14(2)CAB Resolution of Utility Conflicts for Proposed Water System (Bid Item C77) –
Force Account.
Payment will be made in accordance with Section 1-07.17(5)
Resolution of Utility Conflicts for Proposed Water System will be paid for by force account
bid price in accordance with Section 1-09.6 of Standard Specifications and these Special
Provisions.
To provide a common basis for all bidders, the Contracting Agency has entered an amount for
the item “Resolution of Utility Conflicts for Proposed Water System” in the proposal form to
become part of the total bid by the Contractor. Utility Conflicts due the Contractor’s actions
or operations shall be resolved by the Contractor at no expense to the Contracting Agency.
The unit contract price is given in the Schedule of Prices and shall not be changed by the
bidder.
Payment for this bid item will be only for the changes and amount approved by the city. If
no changes are authorized under this bid item, final payment for this bid item shall be $0
(zero).
1-09.14(2)CAC Additional Restrained-Joint Ductile Iron Fittings (Bid Item C78) – Pound
Measurement for Additional Restrained -Joint Ductile Iron Fittings will be per Pound (LB) bid
price.
Measurement for Additional Restrained-Joint Ductile Iron Fittings will be based on the weight
of fittings as listed in the AWWA Standards, ANSI/AWWA C110/A21.10-87, ANSI 21.53 not
including accessories and cement linings. Fittings not listed in the above standards will be
paid for at the weight listed in the Manufacturer’s catalog. Weight will be based on the fitting
body only and will not include accessory items such as bolts, wedge type retainer glands,
shackles, tie rods etc. Only those extra fittings required during construction, but which are
not shown on the Plans and required for changes in horizontal and vertical alignment of water
main as approved by the Engineer to avoid conflicts with other existing underground utilities,
will be paid for under the bid item for additional ductile iron fittings.
Payment for Additional Restrained-Joint Ductile Iron Fittings shall be full compensation to the
Contractor including labor, equipment, tools, materials for providing and installing all extra
restrained-joint ductile iron fittings used but not shown or implied on the Plans.
Restrained-Joint Ductile iron fittings that are shown on the contract plans and which are not
used or installed shall be credited to the city and shall be deducted for payment under this
bid item on the basis on the published weight of the fittings per ANSI A21.53 and ANSI A 21.10
and Manufacturer’s catalog.
Payment for Additional Restrained-Joint Iron Fittings shall be full compensation for all labor,
materials, tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities, water main and services and potholing in advance to
determine their horizontal and vertical locations.
02/19/2026
138
• Sawcutting existing asphalt and concrete pavement up to approximately 23” in depth,
sidewalk, curb, and gutter.
• Dewatering including but not limited to sump pumps and hoses, sedimentation tank,
mobilization, assembly, maintenance, relocation, and removal.
• Excavation, removal, haul, and disposal of existing pavement, curbs, gutters,
sidewalks, debris, surplus and unsuitable excavated materials including existing pipes
and appurtenances, and structures, and appurtenances.
• Additional excavation up to 8 feet depth from the roadway surface for the installation
of vertical bends and fitting to clear conflicts with the existing utilities.
• Furnishing and installing additional restrained-joint ductile iron fittings, wedge type
restrained-joint follower glands at all fittings with mechanical joint ends, polyethylene
encasement.
• Installing and placing horizontal and vertical concrete thrust blocking.
• Furnishing, placing, and compacting for bedding material.
• Placing and compacting backfill material.
• Placing and compacting trench backfill.
Furnishing Concrete Blocking, Gravel Borrow for backfill material, and CSTC for subgrade will
be paid for under the specific bid items set forth in the Proposal/Contract Documents.
Additional Restrained-Joint Ductile Iron Fittings is exempt from Section 1-04.6, and no price
adjustment will be made for variation in actual quantity used. If there are no Additional
Restrained-Joint Ductile Iron Fittings, the final payment will be $0 (zero).
02/19/2026
139
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
(Project Special Provisions, PSP)
Delete this section and replace it with the following:
The Contractor shall provide all required flaggers, spotters, traffic control supervisors, signs,
and any other traffic control devices not furnished by the Contracting Agency. These measures
shall be implemented to minimize public inconvenience, protect workers, and safeguard
motorists, bicyclists, and pedestrians during construction activities while supporting timely
completion of the work.
The Contractor shall install and maintain all construction, warning, and detour signs, as well
as any other traffic control devices needed to continuously warn and protect the public from
injury or damage resulting from the Contractor’s operations on highways, roads, streets,
sidewalks, or paths. No work shall begin on or adjacent to any traveled way until all required
signs and traffic control devices are fully in place.
When the bid proposal includes an item for “Temporary Traffic Control,” the Work required
for this item shall be all items described in Section 1-10, including, but not limited to:
1. Furnishing, installing, maintaining, and removing traffic barricades, cones, barrels,
flashers, construction signs, temporary no parking signs, temporary pavement
marking, and other channelization devices and signs.
2. Furnishing traffic control labor, equipment, flaggers, spotters, and traffic control
supervisor(s) for all traffic control labors.
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction
signs, street closure signs, business open signs, temporary no parking signs,
construction warning and detour signs and other applicable traffic control devices.
4. Furnishing labor and vehicles for patrolling and maintaining in position all the
construction signs and the traffic control devices.
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or
damaged during the life of the project.
6. Preparing, developing, and submitting new traffic control plans, as well as revising the
traffic control plans included in the Contract Documents, and designating the
individual responsible for traffic control at the Work site. All new or revised traffic
control plans shall describe the traffic control methods and devices to be used by the
Contractor and all subcontractors. These plans shall be submitted at or before the
preconstruction conference, or as required by the Contract Documents, and are
subject to review and approval by the Engineer. All new or revised traffic control plans
shall be prepared by a certified Traffic Control Supervisor or a licensed Professional
Traffic Operations Engineer.
02/19/2026
140
7. Contacting police department, fire department, 911, and ambulance services to notify
them in advance of any Work that will affect and traveled portion of a roadway.
8. Assuring that all traveled portions of roadways are open to traffic outside of working
hours as specified in Section 1-08.0(2), subject to the limitations and allowances
specified in Section 1-10.3(4) and the conditions of the traffic control permit, or as
directed by the Engineer.
9. Promptly removing or covering all non-applicable signs during periods when they are
not needed.
10. Furnishing, installing, maintaining, and removing steel plating, pins, shim and all
incidental to the Temporary Traffic Control bid item.
11. Furnishing, installing, maintaining, and removing portable changeable message sign
(PCMS) boards, sequential arrow boards, truck-mounted attenuator, and sandbags on
traffic control device bases, as needed.
12. Painting and removing lines and reflective pavement markers used for traffic control.
13. Implementing all traffic control plans/detour plans.
Traffic control and maintenance for the safety of the traveling public on this project shall be
the sole responsibility of the Contractor and all methods, and equipment used will be subject
to the approval of the Owner.
Traffic control plans, traffic control devices, and their use shall conform to City of Renton
standards and the Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall
not proceed with any construction until proper traffic control has been provided to the
satisfaction of the Engineer.
Parking and Storage in the Right of Way
Construction vehicles and equipment are subject to all parking regulations, including 24-hour
continuous parking limitations, unless others are exempted or authorized in writing by the
Engineer. The Contractor is responsible for all violations of parking regulations and for
securing appropriate locations to park vehicles and equipment and for storage of materials.
When on-street parking and storage is authorized by the Engineer, all construction vehicles
equipment and materials must be located within the active work zone, as designed by the
Engineer, after work hours. Vehicles, equipment, and materials within the right of way must
be properly barricaded (reflectorized cones, lighted barrels, etc.) to warn motorists, bicyclists,
and pedestrians, and must not impede access to adjacent properties. Parked or stored
equipment must not block driver’s sight distance from roadways or driveway.
In the case of temporary no street parking zone, the contractor shall.
• Comply with MUTCD in all work in city right-of-way.
• Furnish and place traffic control devices and/or No Parking signs.
• Post notices of dates and time of Temporary No Parking Zone, with at least two signs
02/19/2026
141
per block, 72 hours in advance of effective date and time.
• Complete a city’s provided form that must be attached to each Temporary No Parking
Sign on the project site. Use of brightly visible paper stock is recommended if printing
the form.
• Remove traffic control devices and/or Temporary No Parking Signs immediately
when work is done, or no construction activities are happening. If deemed
abandoned, city crews may remove them.
All the works described in this section will be considered incidental to “Temporary Traffic
Control” Bid item.
1-10.2(1)B Traffic Control Supervisor
(Project Special Provisions, PSP)
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is
required or as authorized by the Engineer. The TCS is someone other than the construction
superintendent or the foreman and shall have the authority to direct the activities all on-site
employees, contractors, and sub-contractors working within the right of way. Contractor shall
provide the Engineer with a copy of TCS’s WSDOT certificate. An additional dedicated
pedestrian escort not designated as the TCS may also act as a dedicated escort for pedestrians
needing to navigate through the worksite.
The TCS shall assure that all the duties of the TCS are performed during the duration of the
Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-
minute period after notification by the Engineer.
Only training with WSDOT TCS cards and WSDOT training curriculum is recognized in the State
of Washington. The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
https://www.nwlett.edu
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778 or (425) 814-3868
https://www.esc.org
02/19/2026
142
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://altssa.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.com
K&D Services Inc.
2719 Rockefeller Ave.
Everett, WA 98201
(800) 343-4049
https://www.kndservices.net
1-10.2(2) Traffic Control Plans
(Project Special Provisions, PSP)
Section 1-10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained
in conformance to established standards. The Contractor shall continuously evaluate the
operation of the traffic control plans (TCP) and take prompt action to correct any problems
that become evident during construction.
Traffic control plans, traffic control devices, and their use shall conform to City of Renton
standards and the Manual on Uniform Traffic Control Devices (MUTCD).
When Traffic Control Plans (TCP) have been included in Appendix D of the Contract
Documents, the Contractor may use these plans to complete the work. The Contractor shall
always maintain continuous two-way traffic during the project unless specifically shown in
the plans.
The Contractor shall obtain City’s approval for all new TCPs prior to commencing the
Contractor’s work within the City’s right-of-way to the satisfaction of the Engineer. Any days
lost due to improper Traffic Control shall be charged against the Contractor’s allowable
contract time and shall not be the cause for a claim for extra days to complete the Work.
02/19/2026
143
The Contractor is alerted that no work affecting traffic operations (including work in clear
zones) shall be performed until the TCP is approved.
The Contractor shall prepare and submit Traffic Control Plans (TCP) included in the bid
documents, new Traffic Control Plans (TCP) and/or revising approved TCP included in the
contract documents to the City of Renton Public Works Transportation Systems Division via
e-mail at TCP@Rentonwa.gov for City’s approval. The link to the TCP application is as
follows:
https://www.rentonwa.gov/city_hall/public_works/transportation_systems/operations/traff
ic/traffic_control_plans
To help ensure a prompt and successful review of new traffic control plans (TCPs) and/or
revising TCPs included in the bid documents, they shall show all lane marking, driveaway, sign
distance, intersection geometry, signs and traffic control device locations, lane tapers, work
area, and other site-specific features that affect the traffic control implementation. Standard
details from the MUTCD, or WSDOT, without a project specific plan showing where the details
apply shall be deemed insufficient and shall be rejected.
Processing times for TCPs vary and it is recommended that the Contractor submit any TCP
weeks in advance of the planned work. Significant revisions to approved TCPs and road
closure/detour request may take several weeks to review, approve, and give notice. Plan
accordingly. At a minimum, the submittal of a Traffic Control Plans (TCP) shall require seven
(7) calendar days review period, not including holidays, for each submittal by Public Works
Transportation Systems Division. Additional review days may be required depending on the
complexity of the traffic control plans.
Any work within 150 feet of an intersection must be submitted fifteen (15) working days
before the date of work.
Based upon the complexity of a project, a suitable sequence of construction shall be discussed
with City Staff prior to fully developing the new and/or revising TCPs included in the bid
documents. Each construction phase shall be provided with appropriate work zone traffic
control, and the impacts of utility relocation, traffic delays, detours and capacity restrictions
shall be considered and addressed.
No more than one (1) TCP shall be in use at any given time for a single project. If multiple new
and the modification of TCPs included in the bid documents are submitted for review and
approval at one time, then the TCPs shall be clearly labelled as separate plans.
Previously approved TCPs cannot be combined into a new TCP without review and approval
by Public Works Transportation Systems Division.
The Contractor, at his or her sole expense, may seek approval for extended or modified
working hours. Such Plans shall be approved by the City.
The existing lighting system shall remain operational until the new system is functioning. The
Engineer may approve partial interruptions required due to staging.
02/19/2026
144
The Contractor shall always maintain continuous two-way traffic during the project unless
specifically authorized by the Engineer.
Road closures lasting more than twenty-four (24) hours are subject to approval by the City
Council, which may take up to eight (8) calendar weeks after the submittal of Traffic Control
Plans, confirming the use of the traffic control plans included in the bid documents, and/or
requests for road closures. 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. Road closure notice messages must include at least the following:
ROAD WILL BE CLOSED
MONTH/DAY – MONTH/DAY
_AM - _PM
Detour routes shall provide access around construction and shall also include the directions
back to NE 12th St and NE Sunset Blvd. Contractor shall maintain local access to all businesses
and residences at all times.
All work on arterial (Sunset Blvd NE-northbound & southbound of the intersection), collector
street (NE 12th St between Camas Ave NE and Shelton Ave NE & on Edmonds Ave NE), and
other locations shown in the TCPs included in the contract documents shall require portable
changeable message signs (PCMS) and lighted arrow boards to warn the public of
construction activities, lane closures and traffic delays. PCMS shall be operating at least five
(5) days prior to the start of construction.
Lane closures or road closures are not allowed in 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.
5. Renton’s special event day(s).
6. WSDOT I-405 project temporary closure(s).
Existing pedestrian access shall be maintained, with the least possible inconvenience or delay.
Any work impacting sidewalks, pedestrian crossings, other pedestrian facilities, and bike
facilities shall be closed with appropriate signing, barricades, and/or channelizing devices.
Appropriate detour(s) shall be provided and always maintained, including construction and
non-working hours. Pedestrian detours utilizing the roadway surface as a temporary
pedestrian walkway shall be protected by water filled barriers between the travel lane and
the temporary pedestrian walkway. Pedestrian push buttons shall be APS, ADA accessible,
and placed in line with crosswalks. Pedestrian access, including crossings and curb ramps,
shall meet ADA at all times during construction and non-working hours.
02/19/2026
145
If temporary traffic signals are required, they shall be reviewed and approved by the City of
Renton Public Works Transportation Systems Division and shall meet MUTCD and ADA
requirements.
TCPs requiring modifications to existing traffic signal phasing, signal timing, or traffic signal
cabinet, or within one hundred and fifty (150) feet of a signalized intersection shall be a
minimum of four (4) calendar week review period. The Contractor shall include and identify
in the TCP submittal all necessary traffic signal modification or temporary traffic signals,
including pedestrian activation. 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 Contractor’s operations are shown to significantly impede traffic flow during peak
hours, the Engineer, in coordination with Transportation Systems Manager, shall have
authority to restrict the Contractor’s time of operation in the right of way. The City of
Renton Public Works Transportation Systems Operations Manager or Engineer shall notify
the Contractor in writing of any change in the closure hours.
When traffic control plans (TCPs) have been included in Appendix D of the Contract
Documents, the Contractor may use these plans to complete the work related to the
removal or existing storm system and the installation of new storm and water system. The
Contractor shall provide a written request and submit the city’s traffic control plan
application to the Engineer to use the Contract Document TCPs in Appendix D. All Contract
requirements shall apply to these TCPs.
Should the Contractor want to deviate from the TCPs in the Contract Documents, the
Contractor may develop alternate plans that meet all requirements of the Contract
Documents at no additional costs to the city. The Contractor shall provide a written request
to the Engineer to use an alternate TCP. Modification of the approved Traffic Control Plans
shall be prepared and developed by a certified Traffic Control Supervisor (TCS), certified
Traffic Control Design Specialist or licensed Professional Traffic Operations Engineer, using
traffic control software (or other software modified to clearly show all aspects of the traffic
control zone). The certified party shall stamp or affix their name, current certification
number, expiration date and contact information on the plans.
One set of alternate TCPs shall be submitted to the Engineer to preview. If permission is
granted to submit an alternate TCP for review, the alternate TCP and City’s traffic control
plan application shall be completed and submitted to the Engineer in advance of any
construction activities utilizing the alternate TCP.
Approval of an alternate TCP is not guaranteed. The Engineer shall only approve traffic
control plans and detours, which can be shown to not significantly impede traffic flow,
cause unreasonable amount of delay, or cause a significant traffic safety problem. Rejection
or modification of the Contractor’s alternate TCP shall not be a bias for claim for additional
compensation or for a time extension.
02/19/2026
146
Traffic Control Plan Preparation and Submittal
The Contractor shall prepare and submit the city’s traffic control plan application for any
additional Traffic Control Plans (TCPs), not included in the Contract Documents, for the
Engineer’s review and approval. These additional TCPs shall cover other project-related work,
including but not limited to the following approximate locations and proposed activities.
• ~Sta. 10+06A, LT and RT near NE 12th St and Edmonds Ave NE Intersection; Utility
Potholes, installation of new 12” RJ DI W (565), installation of a permanent blow-off,
performing polypigg, disinfection and testing.
• Between ~Sta. 17+00A, LT and ~Sta. 17+50A, LT; Utility potholes, installation of new
3” PVC conduits, and replacement of existing curbs, gutters, and sidewalk.
• Between ~Sta. 24+00A, LT and ~Sta. 24+70A, LT near NE 12th St and Jefferson Ave NE
Intersection; Utility potholes, connection new 12” DI W to existing 12” DI W, existing
water gate valve abandonments, existing 8” CI W abandonments, removal of existing
eastern and western gate valve, and installation of new blind flanges.
• Between ~Sta. 31+00A, LT and ~Sta. 32+00A, LT; Utility potholes, installation of new
1” and 1.5” service line, connection of new 6” DI W to exiting 6” FH Water, connection
of new 6” DI Water to existing 6” Water fire service line.
• Existing Side Sewer Relocations (where necessary).
• Existing Pipe Abandonments (where necessary).
• Pavement Overlay, Restoration Pavement Markings and Channelization.
• Existing Utility Lid/Cover Adjustments (where necessary) at and/or near each project
intersection.
TCPs shall be prepared by a certified Traffic Control Supervisor (TCS), certified Traffic Control
Design Specialist, or licensed Professional Traffic Operation Engineer, using traffic control
software (or other software modified to clearly show all aspects of the traffic control zone).
The certified party shall stamp or affix their name, current certification number, expiration
date and contact information on the plans.
The designed traffic control plans shall include pedestrian traffic control for sidewalk closures
and incorporated the constraints and requirements described elsewhere in these special
provisions. All pedestrian routes shall be maintained to meet ADA standards to the maximum
extent feasible.
Where required, detour routes shall provide access around the construction area and include
directions returning to NE 12th St and NE Sunset Blvd. The Contractor shall maintain local
access to all businesses and residences at all times.
In accordance with WAC 206-155-305, the Contractor shall furnish all certified personnel for
flagging and qualified personnel for the set-up, maintenance, and removal of all traffic devices
and construction signs necessary to control traffic and pedestrian during construction
operations.
02/19/2026
147
Proper signing, waring devices barricading, and the like shall be provided, maintained, and
removed by the Contractor. Whenever directed by the Engineer, supplemental signs and
barricades, including lanterns and/or high-rise waring devices, shall be provided.
City of Renton shall not be held liable for any claims resulting from accidents or damages
causes by the Contractor’s failure to comply with traffic and public safety regulations during
the construction period. The Contractor shall be held liable for any claims resulting from
improper installation and/or maintenance of traffic control devices.
The costs associated with preparing, submitting, and implementing any additional Traffic
Control Plans (TCPs) required for the work described in this section, or for any other project
work where approved traffic control plans are not included in the Contract Documents, shall
be incidental to and included in the “Temporary Traffic Control” bid item. Payment for this
bid item shall also include all labor, equipment, materials, signs, and related efforts necessary
for furnishing, placing, maintaining, and relocating traffic control devices in accordance with
the required additional Traffic Control Plans.
1-10.3 Traffic Control Labor, Procedures, and Devices
(Feb 3, 2025, Renton GSP)
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-diamond
grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers
during hours of darkness.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided for
the drivers of private vehicles.
The Contractor shall conduct the work in such a manner that reduces obstructions and
inconveniences to vehicular and pedestrian traffic as little as possible. The streets, sidewalks
and private driveways shall be kept open by the Contractor except for the brief periods when
actual work is being done. The Contractor shall conduct their operations so as to have under
construction no greater length or amount of work than Contractor can prosecute vigorously,
and Contractor shall not open up sections of the work and leave them in an unfinished
condition. See Section 1-07.23(1) for additional driveway closure requirements.
The Contractor shall provide traffic cones, barricades, and drums, with warning lights in
sufficient number and in good condition as required to protect the work and the public
throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary
striping shall be used to channelize traffic through construction zones. Opposing lanes of
traffic shall be separated by pylons when clearance for drums is not adequate. All signing and
channelization shall be per current MUTCD standards.
02/19/2026
148
Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers
shall be required for each shift of traffic control. The Contractor shall provide temporary
striping, reflective marking tape, and/or retroreflective tubular markers as required at the
direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular
markers used for temporary striping shall meet the requirement of Section 8-23 of the
Specifications.
1-10.3(1)B Other Traffic Control Labor
(Project Special Provisions, PSP)
Section 1-10.3(1)B is supplemented with the following:
Uniformed Police Officer
Definitions:
Uniformed Police Officer as used in this specification is a “General Authority Washington
Peace Officer” as defined by RCW 10.93.020 (3), or a “Specially Commissioned Washington
Peace Officer” as defined by RCW 10.93.020(5).
Law Enforcement Agency as used in this specification is a “General Authority Washington
Law Enforcement Agency” as defined by RCW 10.93.020 (1).
The Contractor shall arrange for off-duty Uniformed Police Officers to be present for the
following activities:
1. For all activities within 150 feet of signalized intersections where the operation
of the signal will be adversely affected. Including the commissioning of a new
traffic signal, or the recommissioning of an existing traffic signal which has been
upgraded.
2. Countermanding a traffic signal indication at a signalized intersection.
3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned
off or is inoperative.
4. Where the Engineer deems it necessary for safety, including work during hours
of darkness.
5. If the Contractor’s activities adversely affect traffic through a signalized
intersection (e.g. traffic is backed up through the intersection or approaching the
intersection), the Engineer may order the Contractor to suspend the
construction activities until there are lower traffic volumes and/or provide
additional off-duty uniformed police officers to control and direct traffic.
It shall be the Contractor’s responsibility to secure the off duty Uniformed Police Officer as
required by the contract, including the costs to arrange, coordinate, and supervise.
The following contact information is supplied for the Contractor’s convenience:
02/19/2026
149
Agency Police Officer
Contact: Renton Police Department
Phone: (425) 430-7500
County Deputy Sheriff
Contact: King County Sheriff’s Officers
Phone: (206) 957-0935 ext. 1
Washington State Patrol
Contact: Washington State Patrol Officers
Phone: (425) 401-7788
The services provided under the bid item “Uniformed Police Officer” shall be considered a
subcontractor with the attendant requirements and responsibilities. The Uniformed Police
Officer shall be in addition to all other personnel required for flagging according to the
approved traffic control plan.
• A Uniformed Police Officer shall be provided in the event of accidental power
outages or disruption of a signalized intersection as a result of Contractor’s Work
and remain in place until the intersection becomes satisfactorily operational as
determined by Agency Engineer or his/her representative.
• The Uniformed Police Officer shall be capable of issuing legal tickets for offenders
and providing their Agency Police Vehicle with active light bars for night visibility.
The uniformed police officer hours, as stated in the proposal are the City’s estimate, without
knowledge of the Contractor’s specific method of operation and has been presented for the
purpose of providing a common amount for all bidders. Uniformed Police Officers will be
scheduled for a minimum of four (4) hours for any shift worked.
The Contractor shall use the City of Renton Police Department unless it is unable to respond
to a request to assist with the Work. The Uniformed Police Office shall remain in place until
the intersection becomes satisfactorily operational as determined by the City of Renton Police
Department.
“Uniformed Police Officer” will be measured by the hour. Hours will be measured for each
fully equipped Uniformed Police Officer, including vehicle, if required, directing or monitoring
traffic, as shown on an approved Traffic Control Plan.
1-10.3(3)A Construction Signs
(Feb 3, 2025, Renton GSP)
Section 1-10.3(3) is supplemented as follows:
02/19/2026
150
The Contractor shall fabricate, install, and maintain project signs for “Businesses Open During
Construction” (minimum one sign per direction of traffic) and “Business Access” to alert and
guide the public to businesses in the project area (minimum one sign per affected business).
No separate pay item shall be provided in the bid proposal for Class A or Class B construction
signs. All costs for the Work to provide Class A or Class B construction signs shall be included
in the unit contract price for the various other items of the Work in the bid proposal.
1-10.3(3)C Portable Changeable Message Sign
(Project Special Provisions, PSP)
Section 1-10.3(3)C is supplemented as follows:
The Contractor shall provide up to four portable changeable message signs (PCMS) and
required lighted arrow boards per the approved TCPs as incidental costs to “Temporary Traffic
Control” bid item to alert the public of road closures, lane adjustments, and/or other traffic
control changes. The Contractor shall provide a minimum of seven (7) calendar days’ notice
of closure utilizing PCMS and lighted arrow boards at the closure locations.
1-10.3(4) Traffic Control Constraints
(Project Special Provisions, PSP)
Section 1-10.3(4) is a new section:
The modification of Traffic control plans included Appendix D of contract documents and new
Traffic Control Plans shall be reviewed and approved by the City. Pedestrian and vehicular
access shall be maintained throughout the work to the greatest extent practical. Minimum
travel lane width is 10 feet. Traffic control zones shall be limited to one block per street and
one intersection per street at a time, unless otherwise approved by the Engineer and subject
to the constraints in the Contract Documents. Traffic control shall not be permitted on
adjacent north-south streets simultaneously unless approved by the Engineer. A maximum of
400-feet of trench, including that which is steel plated, may be open on a street at any time.
The Contractor shall provide a pedestrian traffic control plans (if requested) as an incidental
cost and included in various bid items for sidewalk closures. The maximum closure time
between demolition and completion for any curb ramp or street corner shall be 7 calendar
days. Pedestrian routes shall be restored to clean and hazard-free surface meeting ADA
standards to the maximum extent feasible before they are re-opened to the public.
The Contractor shall clean the work zone and reopen the roadway at the end of the workday
unless otherwise permitted in the Contract Documents or approved by the Engineer. All open
trenches shall be protected with steel plates overnight. Steel plates used for trench protection
shall be secured to the roadway. All trenches shall be temporarily patched or steel-plated and
in a clean and orderly condition from the time the contractor stops work until work resumes.
Furnishing, installing, maintaining, and removing steel plats shall be incidental cost to various
bid items. Any traffic detours shall be maintained in accordance with the approved traffic
control plans.
02/19/2026
151
The city has provided project’s staging and storage area at the Highlands Reservoir for the
duration of the project. The Contractor is responsible for the costs of the additional staging
and storage areas. The city shall not allow the right-of-way to be used for the project’s storage
area.
Access to fire stations, schools, businesses, and residences shall be maintained at all times.
Property owners and tenants shall be notified by the Contractor of traffic control restrictions
in accordance with Section 1-07.23(1). “Business Open During Construction” signage, paid
under “Temporary Traffic Control” bid item, is required where traffic control is in place in a
commercial area. Mail delivery service shall not be impeded. Street parking may be closed in
traffic control zones as necessary to provide detours.
Traffic control affecting Renton School shall be coordinated with the Renton School District
as follows.
• Transportation – Dispatch, Transportation.Dispatch@rentonschools.us;
• Kathryn (Kathy) Silvernale, kathryn.silvernale@rentonschools.us;
• Cynthia Rigtrup, cynthia.rigtrup@rentonschools.us.
Road closures and any work in the vicinity of Renton School shall be restricted in the mornings
and afternoons during the school year.
Traffic control affecting Renton Fire Station shall be coordinated with the Renton Fire
Department, Mark Seaver, mseaver@rentonrfa.org.
Traffic control affecting Republic Services shall be coordinated with David Barrientos,
DBarrientos@republicservices.com
All traffic control coordination shall be considered incidental to the other bid items of the
Contract.
King County Metro
Traffic control affecting bus routes shall be subject to the requirements of King County Metro.
Minimum 12-ft travel lane width shall be provided on bus routes. Temporary bus stop closures
or relocations shall be necessary and are limited to a single stop in each direction at a time.
Bus route detours, closures or relocations, Contractor shall coordinate directly with King
County Metro to mitigate impacts of construction on operation of bus stop on NE 12th St,
Kirkland Ave NE, and Harrington Ave NE and to obtain King County Metro Approval. King
County Metro Traffic Control Coordination shall be considered incidental to the other items
of the Contract.
King County requires several business days’ notice in advance excluding weekends and/or
holidays prior to the start of work that impacts service. Such notice must include the required
information. The Contractor shall be responsible for notifying and submitting all required
information to King County Metro including but not be limited to the following.
(1) Location of the project.
(2) Locations of any bus stops that you would like to relocate.
02/19/2026
152
(3) Start and end dates of the project.
(4) Daily start and end time of work.
(5) Nature of the work.
(6) Company Name.
(7) Name and cell phone numbers of the primary and alternate onsite contacts.
(8) Approval of traffic control plans for the project.
Provide any other information requested by King County Metro including a detailed schedule
of work that shows which days construction work shall be performed that potentially impacts
back stop operation.
King County Metro Contact Information is construction.coord@kingcounty.gov , (206) 477-
1140 office, Mon-Fri. 5:00 am to 1:00 pm.
1-10.4 Measurement
(Project Special Provisions, PSP)
Section 1-10.4 is replaced with:
No specific unit of measurement shall apply to the lump sum item of “Temporary Traffic
Control”.
No adjustment in the lump sum bid amount shall be made for overtime Work or for use of
relief flaggers.
1-10.5 Payment
(Project Special Provisions, PSP)
Section 1-10.5 is replaced with:
Payment for all labor, materials, equipment, new traffic control plan preparations, revising
TCPs included in bid documents and the implementations described in Section 1-10 (excluding
Uniformed Police Officer) shall be made in accordance with Section 1-04.1, for the following
bid items when included in the proposal:
“Temporary Traffic Control,” Lump Sum.
The payment shall also include the contractor’s time for all traffic control coordination
including coordinating with King County Metro and with the City’s Transportation
Department regarding any changes to the video detection signal at the NE 12th St and NE
Sunset Blvd Intersection. Also, included in the lump sum bid price is the cost to furnish traffic
control services and equipment for construction surveying, staking, and as-built drawings.
02/19/2026
153
1-11 RENTON SURVEYING STANDARDS
(Feb 3, 2025, Renton GSP)
The following is a new section with new subsections:
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors under
the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North
American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton’s Survey Control Network monuments. The source of the coordinate
values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of
WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and
ACSM in 1992 or comparable classification in future editions of said document. The angular
and linear closure and precision ratio of traverses used for survey control shall be revealed on
the face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1,
1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to
both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton
benchmark does not exist within 3000 feet of a project, one must be set on or near the project
in a permanent manner that will remain intact throughout the duration of the project. Source
of elevations (benchmark) will be shown on the drawing, as well as a description of any
benchmarks established.
02/19/2026
154
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used
and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with
waterproof pages. In cases where an electronic data collector is used field notes must also
be kept with a sketch and a record of control and base line traverses describing station
occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers
shall be unique within a complete job. The preferred method of point numbering is field
notebook, page, and point set on that page. Example: The first point set or found on page 16
of field book 348 would be identified as Point No. 348.16.01, the second point would be
348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City
or the original field notebook(s) used by the Surveyor will be given to the City. For all other
Work, Surveyors will provide a copy of the notes to the City upon request. In those cases
where an electronic data collector is used, a hard copy print out in ASCII text format will
accompany the field notes.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner’s location on the
ground.
Monument: Any physical object or structure of record, which marks or accurately references:
• A corner or other survey point established by or under the supervision of an individual
per Section 1-11.1(1) and any corner or monument established by the General Land
Office and its successor the Bureau of Land Management including section subdivision
corners down to and including one-sixteenth corners; and
• Any permanently monumented boundary, right-of-way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal
or light poles, or any non-single-family building. Control or Base Line Surveys shall consist of
02/19/2026
155
such number of permanent monuments as are required such that every structure may be
observed for staking or “as-builting” while occupying one such monument and sighting
another such monument. A minimum of two of these permanent monuments shall be
existing monuments, recognized and on record with the City of Renton. The Control or Base
Line Survey shall occupy each monument in turn and shall satisfy all applicable requirements
of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented, and the scale shown graphically as well as
noted. The drawing must be of such quality that a reduction thereof to one-half original scale
remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18-
inch by 24-inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their
review and acceptance per the specific requirements of the project, the original will be
recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22-inch by 34-inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton’s Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each
point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that
in the field notes), a brief description of the point, and northing, easting, and elevation (if
applicable) values, all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements
of Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications, and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of
benchmarks must be complete to insure both recoverability and positive identification on
recovery.
1-11.1(8) Radial and Station – Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
All points occupied or back sighted in developing radial topography or establishing baselines
02/19/2026
156
for station-offset topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
Geodetic Control Committee third order elevation accuracy Specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet.
1-11.1(10) Station–Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and
shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall
not exceed 0.1 foot’s error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be “as-built” (post construction survey) per City of Renton
Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located
both horizontally and vertically by a Radial survey or by a Station offset survey. The “as-built”
survey must be based on the same base line or control survey used for the construction
staking survey for the improvements being “as-built ”. The “as-built” survey for all subsurface
improvements should occur prior to backfilling. Close cooperation between the installing
Contractor and the “as-builting” surveyor is therefore required.
All “as-built” surveys shall satisfy the requirements of Section 1-11.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for “as-built” shall meet the requirements of Section 1-11.1(4) herein and
submitted with stamped and signed “as-built” drawings which includes a statement certifying
the accuracy of the “as-built”.
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all “as-built” surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
other recorded survey shall be referenced by a permanent marker at the corner point per 1-
11.2(1). In situations where such markers are impractical or in danger of being destroyed,
e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the
extension of the lot line to a tack in lead in the curb. The relationship between the witness
monuments and their respective corners shall be shown or described on the face of the plat
or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in
02/19/2026
157
the curbs on the extension of said line with the curb.” In all other cases the corner shall meet
the requirements of Section 1-11.2(1) herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-
11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area,
the monument shall be set below the ground surface and contained within a lidded case kept
separate from the monument and flush with the pavement surface, per Section 1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of
tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of
intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way,
a monument can be set at the PI instead of the PC and PT of the curve.
For all non-corner monuments set while under contract to the City of Renton or as part of a
City of Renton approved subdivision of property, a City of Renton Monument Card (furnished
by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point
of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete
with a description of the monument, a minimum of two reference points and NAD 83/91
coordinates, and NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2-inch diameter
rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently
marked or tagged with the surveyor’s identification number. The specific nature of the marker
used can be determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard
Plan H031 and permanently marked or tagged with the surveyor’s identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plan H031.
02/19/2026
158
DIVISION 2 EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
(Project Special Provisions, PSP)
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the
construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any
trees abutting or adjacent to the limits of clearing and grubbing are damaged and require
removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain
within the clearing and grubbing limits shall be left undamaged by the Contractor’s
operations. Any flagged trees, which are damaged, shall be replaced in kind at the
Contractor’s expense.
Existing landscaping outside the construction limits, including but not limited to, sod,
rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected
from damage.
Contractor shall be responsible for verifying and protecting existing irrigation system located
within right-of-way. Any existing irrigation system including sprinkler heads and pipes, which
are damaged by Contractor, shall be replaced in kind at Contractor’s expense.
Unless otherwise specified in the Plans or other sections of the Special Provisions, private
property owners are responsible for removing or relocating any irrigation equipment, trees,
shrubs, curbing, ornamental plants, and other decorative landscaping materials within the
construction limits that they wish to retain. The Contractor shall coordinate with the
property owner and provide a minimum of 10 days’ written notice before removing any
landscaping materials. Any landscaping materials remaining within the construction limits
after this notice period shall be removed and disposed of by the Contractor in accordance
with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans.
The Contractor shall receive approval from the Engineer prior to removal of landscaping
materials, trees, shrubs, etc.
Clearing and Grubbing shall be considered incidental to and included in all bid items.
2-01.2 Disposal of Usable Material and Debris
(Project Special Provisions, PSP)
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site.
2-01.3(4) Roadside Cleanup
(Project Special Provisions, PSP)
Section 2-01.3(4) is supplemented with the following:
02/19/2026
159
“Roadside Cleanup” shall be considered incidental to and included in all bid items requiring
trenching or excavation and no additional compensation shall be considered.
The Contractor shall prepare and submit a Mobilization Plan showing the proposed location
for storage of all equipment and material proposed to be located at the site. Storage shall not
interfere with use of the City ROW and commercial and residential access.
For any proposed storage on private property outside the easement or work/staging area
provided by the city, the Contractor shall obtain a Temporary Use Permit for storage areas on
private property. The Contractor shall be responsible for all fees, applications, and work
needed to obtain the permit.
The Contractor shall prepare and submit a Work Plan that shall include the following:
A. Proposed Construction Sequence and Schedule for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment and
materials.
C. Construction Stormwater Pollution Prevention (CSWPP) plan for all stages of the
project.
D. New Temporary Traffic Control Plans and/or revising the approved temporary traffic
control plans (if any).
E. Shoring Systems plan/provisions.
F. Construction Dewatering Plan.
G. Identify Disposal Sites for various waste materials and provide copies of the site’s
permits, licenses, and approvals.
H. Pedestrian Handling Plan.
I. Health and Safety Plan and Accident Prevention Program.
The Work Plan shall be submitted to the City for review and approval within 45 calendar days
of the Contract Notice of Award.
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.2(2) Removal of Unforeseen Obstructions and Debris
(Project Special Provisions, PSP)
Section 2-02.2(2) is a new section:
Known obstructions and debris are shown in the Plans but other obstructions may not be
shown. The removal and replacement of identified and minor obstructions, whether
identified or not, shall be anticipated and accomplished. Minor obstructions consist of those
ordinarily encountered in the due course of excavation and able to be excavated with
appropriate and typical excavation equipment, including, but not limited to, rocks, boulders,
logs, roots, stumps, concrete, etc. Major obstructions encountered that are not shown in
the Contract Drawings and could not have been foreseen by visual inspection of the site
prior to bidding shall immediately be brought to the attention of the Engineer in writing.
Major obstructions are those which require special equipment, personnel, or an inordinate
02/19/2026
160
amount of time to remove, such as reinforced concrete, structural metal, concrete encased
pipes, vehicles, etc. The Engineer will decide if an obstruction is major and unforeseen and
will decide for proceeding with the work.
If the Engineer finds that the obstruction adversely affects the Contractor’s costs or
schedule for completion, measurement of Removal of Unforeseen Obstruction and Debris
will be measured by Force Account (FA) unit bid price. Additional information, see bid item
description in Section 1-09.14.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(Project Special Provisions, PSP)
Section 2-02.3(3) is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to
traffic before pavement patching has been completed, temporary hot mix asphalt patching
shall be required. Temporary patching shall be placed as specified in Section 5-06.
All costs for removal, disposal, and saw cutting shall be considered incidental to and included
in the unit price of other units of Work.
2-02.4 Measurement
(Project Special Provisions, PSP)
Section 2-02.4 is a new section:
"Sawcutting Asphalt Pavement, Full Depth, per linear foot.
When specified for payment in the Contract, measurement for sawcutting is by the linear foot
along the slope of the surface cut. Sawcutting not specified for payment in the Contract will
not be measured.
The existing asphalt pavement depth ranges from 6-inches to 23-inches.
2-02.5 Payment
(Project Special Provisions, PSP)
Section 2-02.5 is supplemented as follows:
"Sawcutting Asphalt Pavement, Full Depth, per linear foot.
The Bid Item price for Sawcutting Asphalt Pavement, Full Depth includes all costs for the work
required to sawcut asphalt pavement. No payment will be made for sawcutting asphalt
pavement done at the option of the Contractor when indicated or specified as incidental in
the Contract, or when specified as being included in the payment of other Bid Items.
02/19/2026
161
Sawcutting will only be paid at the limits of removal specified for payment in the Contract.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
(Project Special Provisions, PSP)
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the Plans. Suitable excavated material shall be used for embankments, while
surplus excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area method. Any changes
to the proposed Work as directed by the Engineer that would alter these quantities shall be
calculated by the Engineer and submitted to the Contractor for his review and verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by
the Engineer, shall not be paid for. All Work and material required to return these areas to
their original conditions, as directed by the Engineer, shall be provided by the Contractor at
his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades
shown on the Plans. In filled and backfilled areas, fine grading shall begin during the
placement and the compaction of the final layer. In cut sections, fine grading shall begin within
the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even,
without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
sections, grades and elevations shown. Care shall be taken not to excavate below the
specified grades. The Contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base
course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose
areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils (if required by the Engineer) shall be used for filling in the
area requiring fills. Care shall be taken to place excavated material at the optimum moisture
content to achieve the specified compaction. Any native material used (if requested by the
Engineer) for filling shall be free of organics and debris and have a maximum particle size of 6
inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming
saturated with water. The measures may include sloping to drain, compacting the native
02/19/2026
162
materials, and diverting runoff away from the materials. If the Contractor fails to take such
preventative measures, any costs or delay related to drying the materials shall be at his own
expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry
the materials to the optimum moisture content. If sufficient acceptable native soil is not
available or requested by the Engineer to complete construction of the roadway
embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
though a subgrade trimmer were specified.
If sufficient acceptable native soil, as determined or requested by the Engineer, is not available
to complete construction of the roadway embankment, Gravel Borrow meeting the
requirements of Section 9-03.14 of the Standard Specifications, shall be used.
2-03.3(14)E Unsuitable Foundation Excavation
(Project Special Provisions, PSP)
Section 2-03.3(14)E is supplemented with the following:
Excavation required and approved by the Engineer to remove unsuitable subgrade materials
shall be measured and paid under “Removal and Replacement of Unsuitable Foundation
Materials” for which a unit price bid item has been provided in the Proposal. This unit bid
price is applicable for removal of unsuitable subgrade beneath utility trenches, and beneath
sidewalks, curbs, and private driveways.
All excavated unsuitable foundation materials shall be disposed of by the Contractor.
Measurement and payment for “Removal and Replacement of Unsuitable Foundation
Materials shall be limited to a depth of one (1) foot beneath proposed subgrade surface.
Backfill of unsuitable foundation shall be with materials meeting the requirements for
crushed surfacing base course (CSBC) in accordance with Section 9-03.9(3) of the Standard
Specifications.
If excessive unsuitable foundation is encountered, and at the direction of the Engineer, the
Contractor shall furnish and install Construction Geotextile for Separation per 2-12 of the
Standard Specifications. Construction Geotextile for Separation shall be measured and paid,
per square yard of material placed, under its respective bid item.
The Contractor is advised that “Removal and Replacement of Unsuitable Foundation
Materials” is contingent on the presence of unsuitable foundation materials. A quantity has
been provided in the Bid Proposal solely to provide a common basis for bidders. The quantity
may be greatly increased, decreased or reduced to zero. Payment shall be only for actual
work performed based upon the unit contract price and shall be considered full compensation
for the Work.
02/19/2026
163
2-03.4 Measurement
(Project Special Provisions, PSP)
Section 2-03.4 is supplemented with the following:
If discrepancies are discovered in the ground elevations which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
All cost associated with hauling and disposal of the excavated unsuitable foundation materials
shall be considered incidental to the unit contract price for “Removal and Replacement of
Unsuitable Foundation Materials.”
Any excavation beyond the set limits, unless ordered by the Engineer in writing, shall not be
paid for. The Contractor, at Contractor expense, shall provide all work and material required
to return these over excavated areas to their set limits or original conditions.
2-03.5 Payment
(Project Special Provisions, PSP)
Section 2-03.5 is supplemented with the following:
Payment will be made in accordance with Section 1-09.14 for the following bid items when
included in the proposal:
“Removal and Replacement of Unsuitable Foundation Materials”, per Ton.
2-04 HAUL
2-04.5 Payment
(Project Special Provisions, PSP)
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental
to and included in the unit price of other units of Work.
2-05 CONTAMINATED SOIL AND GROUND WATER
(Project Special Provisions, PSP)
Section 2-05 is a new section:
02/19/2026
164
2-05.1 Description
If Soil and contaminated ground water with petroleum hydrocarbons are found, the work
consists of identifying, notifying, handling, transporting, and disposing of contaminated soil
and water generated in connection with the project.
2-05.2 Vacant
2-05.3 Construction Requirements
The Engineering Geology and Geologic Hazards Review and Supplement Engineering Geology
Evaluation, which is a supplemental project information but not part of Contract Documents,
have not identified locations of soil and groundwater contaminated with petroleum
hydrocarbons. If contaminated soil and groundwater with petroleum hydrocarbons are found
during project construction, the contractor shall.
1. Immediately secure or otherwise isolate such conditions.
2. Stop all work in connection with such conditions in affected areas thereby.
3. Notify the Engineer to keep the project on schedule and avoid delays.
4. Have a qualified expert to evaluate such condition or take corrective actions including
testing suspicious contaminated soil and groundwater within two (2) working days
(excluding weekends) of notification, The Contractor shall provide analytical results
and direction on soil disposition to the Engineer within three (3) working days
(excluding weekends) of sample collection and submittal to the analytical laboratory.
5. Not resume Work in connection with contaminated soil and groundwater in any
affected area until receiving a city’s approval.
If or when contaminated soil and ground water occurs, the contractor shall continue the
construction process on other aspects of the project whenever possible while the Contractor
is waiting for lab testing results, an approval from a disposal facility, etc. Contractors shall
properly handle and dispose of contaminated soils and ground water in accordance with all
local and federal regulations and laws.
The payment including labor, equipment, and materials related to the use of a qualified
expert, the lab testing, hauling, disposal and removal of contaminated soil and
groundwater, disposal fees and permit preparation will be paid under bid item-Minor
Changes, per force account (FA) in accordance with the standard specifications.
2-06 SUBGRADE PREPARATION
2-06.2 Subgrade to be Incidental.
(Project Special Provisions, PSP)
Section 2-06.2 is a new section:
02/19/2026
165
Subgrade preparation and maintenance, including watering, shall be considered as incidental
to the construction and all costs thereof shall be included in the appropriate unit or lump sum
contract bid prices.
Protection of subgrade from excessive moisture and/or disturbance once prepared and
approved by the Engineer shall be considered as incidental to the construction and all costs
thereof shall be included in the appropriate unit or lump sum contract bid prices. Failure to
protect subgrade that results in over-excavation and material replacement directed by the
Engineer shall be paid for by the Contractor and no additional compensation shall be made.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
(Project Special Provisions, PSP)
Section 2-09.1 is supplemented by adding the following:
This Work also includes the excavation, haul, and disposal of all unsuitable foundation
materials.
2-09.3(1)D Disposal of Excavated Material
(Project Special Provisions, PSP)
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for loading, hauling and disposing of excavated materials including those from all
Excavation Class B, Shoring or Extra Excavation Class B within or external to the project limits
shall be incidental to the work and/or pipe installations.
2-09.3(1)E Backfilling
(Project Special Provisions, PSP)
Supplement this section with the following:
The native material shall not be used for structural and trench and imported backfill unless it
is requested by the Engineer. Gravel borrows shall be used for trenching and importing
backfill.
2-09.3(2) Classification of Structure Excavation
(Project Special Provisions, PSP)
Supplement this section with the following:
All excavation will be classified as Class B.
02/19/2026
166
2-09.3(4) Construction Requirements, Structure Excavation Class B
(Project Special Provisions, PSP)
Supplement this section with the following:
Where excavation equals or exceeds a depth of 4 feet, the Contractor shall provide, construct,
maintain, and remove as required, trench safety/shoring systems that meet the requirements
of the Washington Industrial Safety and Health Act, RCW 49.17, including WAC 296-155.
Sloping of excavation sides may be used instead of shoring, sheeting, or bracing to the extent
that such sloping is practical. Sloping of excavation sides will not be permitted, where the
sloping of the excavation extends past the right of way or easement boundary, where the
sloping infringes, on the other work or existing facilities, or where sloping excessively impacts
the surrounding areas, as determined by the Engineer. All provisions required to protect and
support adjacent and crossing utilities during trenching and the construction of the Work
shall be included as part of the trench safety/shoring system.
The Contractor shall prepare and submit a Trench Safety and Shoring Plan that identifies the
proposed method of excavation and type of trench safety/shoring that will be used for each
segment of construction.
The trench safety systems/shoring plans shall be designed and prepared by (or under the
direction of) a professional engineer registered in the State of Washington and shall carry the
professional engineer’s signature, and seal. The Contractor shall submit written trench safety
systems/shoring plans and receive the city’s approval prior to beginning work, showing
proposed construction methods and details for all construction excavations 4 feet or more in
depth in accordance with Section 1-05.3.
For trench boxes and hydraulic shoring systems, manufacturers’ certified plan may be
submitted to accordance with Section 2-09.3(4). A sheet pile system, if constructed, shall be
installed using a variable electric moment hammer or similar method to limit vibration
inducted settlement.
The Contractor shall furnish, install, and operate all necessary equipment to keep excavations
above the foundation level free from water during construction and shall dewater and
dispose of the water so as not to cause injury to public or private property, damage to the
utility systems, or nuisance to the public. Sufficient pumping equipment in good working
condition shall be available at all times for all emergencies, including power outage, and the
Contractor shall have available at all times competent workmen for the operation of the
pumping equipment.
Payment for the work associated with shoring or extra excavation and as required to comply
with safety regulations will be included in lump sum bid price for “Trench Excavation Safety
System.”
02/19/2026
167
DIVISION 4 BASES
4-05 ASPHALT TREATED BASE (ATB)
(Project Special Provisions, PSP)
Section 4-05 is a new section:
4-05.1 Description
Asphalt treated base (ATB) consists of a compacted course of base material which has been
weatherproofed and stabilized by treatment with an asphalt binder.
The Work shall consist of one or more courses of asphalt treated base placed on the Subgrade in
accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical
cross-sections shown in the Plans or as staked.
4-05.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt 9-02.1
Anti-Stripping Additive 9-02.4
Aggregates 9-03.8
The grade of ATB shall be dense-graded and have a wide gradation band. The ATB, typically
½” or 3/8” HMA, should have lower asphalt content than typical HMA mixes. The grade of
paving asphalt binder shall be PG58V-22.
4-05.3 Construction Requirements
4-05.3(1) Asphalt Mixing Plant
Asphalt mixing plants for asphalt treated base shall meet the following requirements:
Heating
The plant shall be capable of heating the aggregates to the required temperature.
Proportioning
The mixing plant shall be capable of proportioning: the aggregates to meet the
Specifications, and the asphalt binder will be introduced at the rate specified in the
approved mix design. If the aggregates are supplied in two or more sizes, means shall be
provided for proportioning or blending the different sizes of aggregates to produce material
meeting the Specification requirements.
Recycled asphalt pavement (RAP) may be used in the production of ATB. If utilized, the
amount of RAP shall not exceed 30 percent of the total weight of the ATB. The final
gradation and asphalt binder content will conform to the approved Job Mix Formula (JMF).
ATB will be evaluated under Commercial Evaluation as shown in section 9-03.8(7). Va limts
under 9-03.8(7) are excluded from ATB evaluation criteria.
02/19/2026
168
Mixing
The mixer shall be capable of producing a uniform mixture of uniformly coated aggregates
meeting the requirements of these Specifications.
4-05.3(2) Preparation of Aggregates
Aggregates for asphalt treated base shall be stockpiled before use in accordance with the
requirements of Section 3-02.
The aggregates shall be heated as required by the Engineer.
4-05.3(2)A Mix Design
The mix design requirements for asphalt treated base shall be as described in Section 5-
04.2(2). Ndesign will be 100 gyrations for all ATB design applications. The asphalt binder shall
be PG 64-22 unless specifically altered in the project specifications. The proposed mix
design will be submitted for review on WSDOT Form 350-042 with included notes applicable
to the ATB design evaluation.
4-05.3(3) Vacant
4-05.3(4) Mixing
The asphalt treated base shall be mixed in accordance with the requirements of Section 5-
04.3(6).
4-05.3(5) Spreading and Finishing
Asphalt treated base shall be spread with a spreading machine equipped with stationary,
vibratory, or oscillating screed or cut-off device, subject to the approval of the Engineer.
Approval of the equipment shall be based on a job demonstration that the finished product
will meet all requirements of the Specifications. Automatic controls will not be required.
Unless otherwise directed by the Engineer, the nominal compacted depth of any ATB layer
shall not exceed 0.40 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.
The internal temperature of the ATB mixture at the time compaction is achieved shall be a
minimum of 185°F. Rollers shall only be operated in static mode when the internal
temperature of the mix is less than 175°F.
4-05.3(6)A Subgrade Protection Course
Unless otherwise specified by the Engineer, the Contractor shall place the asphalt treated
base as a protection for the prepared Subgrade on all sections of individual Roadways which
are to receive asphalt treated base as soon as 10,000 square yards of Subgrade is
completed. This requirement shall not be limited to contiguous areas on the project.
02/19/2026
169
The surface of the Subgrade protection layer when constructed on a grading project shall
conform to grade and smoothness requirements that apply to the Subgrade upon which it is
placed.
4-05.3(6)B Finish Course
The final surface course of the asphalt treated base, excluding Shoulders, shall not deviate
at any point more than ⅜ inch from the bottom of a 10-foot straightedge laid in any
direction on the surface on either side of the Roadway crown. Failure to meet this
requirement shall necessitate sufficient surface correction to achieve the required
tolerance, as approved by the Engineer, at no expense to the Contracting Agency.
When Portland cement concrete pavement is placed on an asphalt base, the surface
tolerance of the asphalt base shall be such that no elevation lies more than 0.05 feet below
nor 0.00 feet above the plan grade minus the specified plan depth of Portland cement
concrete pavement. Prior to placing the Portland cement concrete pavement, any such
irregularities shall be brought to the required tolerance by grinding or other means
approved by the Engineer, at no expense to the Contracting Agency.
4-05.3(7) Density
The asphalt treated base shall be compacted to a density of not less than 80% percent of
the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209.
The density of the base shall be determined by means of tests on cores taken from the
Roadway or with the nuclear gauge in accordance with Section 5-04.3(10). The frequency of
these tests shall be at the discretion of the Engineer, but in no case shall it be less than one
control lot for each normal day’s production. The use of equipment which results in damage
to the materials or produces substandard workmanship will not be permitted.
4-05.3(8) Anti-Stripping Additive
An anti-stripping additive shall be added to the asphalt binder material in accordance with
Section 9-02.4 in the amount designated in a WSDOT mix design/anti-strip evaluation report
for a dense graded hot mix asphalt design from the same gravel source within the last 24
months or as evaluated separately by an accredited lab using current WSDOT test methods
(AASHTO T324 – Hamburg or WSDOT TM T718 – Modified Lottman). Alternately, the ATB
may be evaluated for anti-strip additive using ASTM D3625 (Standard Practice for Effect of
Water on Bituminous-Coated Aggregate Using Boiling Water) by an accredited lab. The
anti-stripping additive required will be the minimum amount necessary to achieve a passing
evaluation.
4-05.4 Measurement
Asphalt treated base including paving asphalt will be measured by the ton.
02/19/2026
170
4-05.5 Payment
Payment will be made in accordance with Section 1-04.1, for each of the following Bid items
that are included in the Proposal:
“Asphalt Treated Base” per ton.
“Anti-Stripping Additive”, if required by one of the evaluation methods allowed in 4-05.3(8),
shall be added and included in the unit contract price for Asphalt Treated Base, PG58V-22,
per ton. There will be no separate additional payment for the required anti-strip additive.
Payment for asphalt treated base shall be full compensation for all labor, equipment,
materials for hauling, furnishing, placing, and compacting to complete the work in confront
with the contract documents
02/19/2026
171
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
(Project Special Provisions, PSP)
Delete Section 5-04 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 9-03.8(3)B
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such materials in the amounts
required for the designated mix. Mineral materials include coarse and fine aggregates, and
mineral filler.
02/19/2026
172
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement
material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one
sample for every 1,000 tons produced and not less than ten samples per project. The asphalt
content and gradation test data shall be reported to the Contracting Agency when submitting
the mix design for approval on the QPL. The Contractor shall include the RAP as part of the
mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA
with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the
Engineer for approval the process that is proposed and how it will be used in the manufacture
of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates
from stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process 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, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of
HMA accepted by commercial evaluation will be at the option of the Project Engineer. The
Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from
the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
02/19/2026
173
• 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;
• Have the aggregate structure and asphalt binder content determined in accordance
with WSDOT Standard Operating Procedure 732 and meet the requirements of
Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the
discretion of the Engineer, and 9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate
source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based
on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes,
AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or
from one of the processes allowed by this section. Testing of the HMA by the Contracting
Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level
of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.
5-04.2(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.
02/19/2026
174
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.
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 shall
be included in the unit Contract prices for the various Bid items involved in the Contract.
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
02/19/2026
175
shall be equipped to heat and hold the material at the required temperatures. The
heating shall be accomplished by steam coils, electricity, or other approved means so
that no flame shall be in contact with the storage tank. The circulating system for the
asphalt binder shall be designed to ensure proper and continuous circulation during
the operating period. A valve for the purpose of sampling the asphalt binder shall be
placed in either the storage tank or in the supply line to the mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed
line at a location near the charging valve at the mixer unit. The thermometer location
shall be convenient and safe for access by Inspectors. The plant shall also be equipped
with an approved dial-scale thermometer, a mercury actuated thermometer, an
electric pyrometer, or another approved thermometric instrument placed at the
discharge chute of the drier to automatically register or indicate the temperature of
the heated aggregates. This device shall be in full view of the plant operator.
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed
the maximum recommended by the asphalt binder manufacturer nor shall it be below
the minimum temperature required to maintain the asphalt binder in a homogeneous
state. The asphalt binder shall be heated in a manner that will avoid local variations in
heating. The heating method shall provide a continuous supply of asphalt binder to
the mixer at a uniform average temperature with no individual variations exceeding
25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of
the asphalt binder shall not exceed the maximum recommended by the manufacturer
of the WMA additive.
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a
mechanical sampler for the sampling of the mineral materials. The mechanical
sampler shall meet the requirements of Section 1-05.6 for the crushing and screening
operation. The Contractor shall provide for the setup and operation of the field-testing
facilities of the Contracting Agency as provided for in Section 3-01.2(2).
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering
the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
canvas cover 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 of less than 45°F or when time from loading to
02/19/2026
176
unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA.
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 to 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.
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.
02/19/2026
177
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 lay down 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, 177lanning177ry, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer’s recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer’s recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the
aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of
the surface, displacement of the mixture or other undesirable results shall not be used.
02/19/2026
178
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.
Pre-leveling 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 pre-leveling 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 pre-leveled areas by the compaction equipment. Equipment used for the compaction
of pre-leveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the pavement
shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall
be entirely removed from the existing pavement. All pavements or bituminous surfaces shall
be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes
and small depressions shall be filled with an appropriate class of HMA. The surface of the
patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat,
or paving, the condition of the surface shall be approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to
be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces
at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing
pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between
0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be
approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For
Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be
paved during the same working shift. The spreading equipment shall be equipped with a
thermometer to indicate the temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor’s operation damages the tack coat it shall be repaired prior to placement of the
HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified
asphalt may be diluted once with water at a rate not to exceed one-part water to one-part
emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied
uniformly at the specified rate of application and shall not exceed the maximum temperature
recommended by the emulsified asphalt manufacturer.
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and
greater.
02/19/2026
179
Cleaning: Ensure that cracks are thoroughly clean, dry, and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry and
warm the pavement surfaces within the crack immediately prior to filling a crack with the
sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks
is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components,
and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt
to the sand slurry as needed for workability to ensure the mixture will completely fill the
cracks. Strike off the sand slurry flush with the existing pavement surface and allow the
mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do
not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent Portland cement, water (if required), and the remainder clean Class
1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and
then poured into the cracks and joints until full. The following day, any cracks or joints that
are not completely filled shall be topped off with additional sand slurry. After the sand slurry
is placed, the filler shall be struck off flush with the existing pavement surface and allowed to
cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements
of Section 1-06 will not apply to the Portland cement and sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material
in accordance with these requirements and the manufacturer’s recommendations. Furnish a
Type 1 Working Drawing of the manufacturer’s product information and recommendations to
the Engineer prior to the start of work, including the manufacturer’s recommended heating
time and temperatures, allowable storage time and temperatures after initial heating,
allowable reheating criteria, and application temperature range. Confine hot poured sealant
material within the crack. Clean any overflow of sealant from the pavement surface. If, in the
opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant
results in an excessive amount of material on the pavement surface, stop and correct the
operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
02/19/2026
180
1. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
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.
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 number 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
02/19/2026
181
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.
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.
02/19/2026
182
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
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, temporary pavement, and pavement repair. Other nonstructural applications of
HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and
may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as
follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding
the tolerances below to the approved JMF values. These values will also be the Upper
Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-
06.2(2)D2
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
02/19/2026
183
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 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ, 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
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.
02/19/2026
184
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be tested
for acceptance. A lot is defined as the total quantity of material or work produced for each
Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s
production or 800 tons, whichever is less except that the final sublot will be a minimum of
400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved, the
material produced after the change will be evaluated on the basis of the new JMF for the
remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample per
sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and
in accordance with AASH-TO T 168. A minimum of three samples should be taken for each
class of HMA placed on a project. If used in a structural application, at least one of the three
samples shall be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400 tons
is at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800 tons
but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases,
a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of
the three samples will be tested for conformance to the JMF:
If the test results are found to be within specification requirements, additional testing will be
at the Engineer’s discretion.
If test results are found not to be within specification requirements, additional testing of the
remaining samples to determine a Composite Pay Factor (CPF) shall be performed.
5-04.3(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
02/19/2026
185
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½ʺ, 1ʺ, ¾ʺ, ½ʺ, ⅜ʺ and
No.4 sieves
2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling
within the tolerance limits of the job mix formula shall be accepted at the unit Contract price
with no further evaluation. When one or more constituents fall outside the nonstatistical
tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or
samples from the Roadway shall be tested to provide a minimum of three sets of results for
evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is
less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the
algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance
price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the
lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests
02/19/2026
186
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample will
be tested for a complete gradation analysis, asphalt binder content, and, at the option of the
agency, Va. The results of the retest will be used for the acceptance of the HMA in place of
the original sublot sample test results. The cost of testing will be deducted from any monies
due or that may come due the Contractor under the Contract at the rate of $500 per sample.
5-04.3(9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit Contract price with no further evaluation. When one or more constituents fall outside
the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or
samples from the street shall be tested to provide a minimum of three sets of results for
evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The
NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job
Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity
of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes
for intersections, ramps, truck climbing, weaving, and speed change, and having a specified
compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of
relative density. The specified level of relative density shall be a Composite Pay Factor (CPF)
of not less than 0.75 when evaluated in accordance with Section 1-06.2, using an 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.
Field compaction tests for HMA maximum density shall be performed by the Contractor. The
field HMA compaction tests and furnishing HMA compaction test reports shall be incidental
02/19/2026
187
to various bid items.
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 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
02/19/2026
188
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.
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
02/19/2026
189
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts
shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3(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.
02/19/2026
190
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to have
the rejected material tested, a minimum of three representative samples will be obtained and
tested. Acceptance of rejected material will be based on conformance with the nonstatistical
acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment
will be made for the rejected material; in addition, the cost of sampling and testing shall be
borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and
testing will be borne by the Contracting Agency. If the material is rejected before placement
and the CPF is greater than or equal to 0.75, compensation for the rejected material will be
at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to
0.75, compensation for the rejected material will be at the calculated CPF with an addition of
25 percent of the unit Contract price added for the cost of removal and disposal.
5-04.3(11)D Rejection – A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation, or asphalt binder content. Such isolated material will not include an original sample
location. A minimum of three random samples of the suspect material will be obtained and
tested. The material will then be statistically evaluated as an independent lot in accordance
with Section 1-06.2(2).
5-04.3(11)E Rejection – An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)F Rejection – A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until such
time as the Engineer is satisfied that material conforming to the Specifications can be
produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the
Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and
the Contractor is taking no corrective action, or
3. When either the PF for any constituent or the CPF of a lot in progress is less than 0.75.
02/19/2026
191
5-04.3(11)G Rejection – An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course is
a continuous operation or as close to continuous as possible. Unscheduled transverse joints
will be allowed and the roller may pass over the unprotected end of the freshly laid mixture
only when the placement of the course must be discontinued for such a length of time that
the mixture will cool below compaction temperature. When the Work is resumed, the
previously compacted mixture shall be cut back to produce a slightly beveled edge for the full
thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse
joint as a result of paving or 191lanning 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
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of
the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the
bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a
manner that they remain functional for use in aligning the sawcut after placing the overlay.
02/19/2026
192
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with the
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown
in the Standard Plan. Con-struct the sawcut in accordance with Section 5-05.3(8)B and the
manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in section
5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section
5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown
and grade, and free from defects of all kinds. The completed surface of the wearing course
shall not vary more than 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.
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.
02/19/2026
193
Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-
04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the
start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre-planing meeting must be held
prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must remove
existing surfacing material and to reshape the surface to remove irregularities. The finished
product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage
the surface which is to remain. The finished planed surface must be slightly grooved or
roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The
Contractor must repair any damage to the sur-face 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 pre-leveled.
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.
02/19/2026
194
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden
in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s
failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition, the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor
must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections are
not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure, or partial
closure, must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection,
or half or more of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place and
compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a
number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval
has been obtained from the Engineer.
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.
02/19/2026
195
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 are 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 peace 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’s195 planing and
paving. Briefly describe the se-quencing of traffic control consistent with the proposed
planing and paving sequence, and scheduling of placement of temporary pavement
markings and channelizing devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving and intended area of planing and of paving for each day’s work, must include
the directions of proposed planing and of proposed paving, sequence of adjacent lane
paving, sequence of skipped lane paving, intersection planing and paving scheduling
and sequencing, and proposed notifications and coordination 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.
02/19/2026
196
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or
as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day’s operations as they relate to
other entities and to public safety and convenience, including driveway and business access,
garbage truck operations, Metro transit operations and working around energized overhead
wires, school and nursing home and hospital and other accesses, other contractors who may
be operating in the area, pedestrian and bicycle traffic, and emergency services. The
Contractor, and Subcontractors that may be part of that day’s operations, must meet with the
Engineer and discuss the proposed operation as it relates to the submitted planing plan and
paving plan, approved traffic control plan, and public convenience and safety. Such discussion
includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations, as
applicable, as it relates to traffic control, to public convenience and safety, and to
other contractors who may operate in the Project Site.
d. Notifications required of Contractor activities and coordinating with other entities
and the public, as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed.
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, streetcar rail, and
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement base
repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type of equipment to be used. If more
02/19/2026
197
pieces of equipment than personnel are proposed, describe the sequencing of the
personnel operating the types of equipment. Discuss the continuance of operator
personnel for each type equipment as it relates to meeting Specification
requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor will
ensure different JMFs are distinguished, how pavers and MTVs are distinguished if
more than one JMF is being placed at the time, and how pavers and MTVs are
cleaned so that one JMF does not adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other sampling
and testing.
The Contractor shall notify all affected residents in writing at least 72 hours in advance (not
including weekend and holidays) of pavement operations. The Engineer will provide the
written notice to residents for the Contractor to distribute. The Contractor shall also notify
affected agencies (e.g., Metro Transit, Renton School District, USPS, garbage haulers, etc.) if
pavement operations will affect normal service delivery. The Contractor shall accommodate
and/or assist the affected agencies to ensure normal service delivery is provided.
The Contractor shall furnish and install temporary “No Parking” at least 72 hours in advance
of paving (one sign per dwelling). Such signs shall clearly indicate the following.
• Date.
• Time of Parking Restrictions.
• Reason for the “No Parking” requirements.
• Contractor’s name and phone number.
The Contractor shall be responsible for contacting residents, whose vehicles are parked in the
area to be paved so that they can be removed. A 72-hour advance notice will be provided the
necessary lead time to allow the Police Department to cite, impound and tow away vehicle
that remain in the right of way.
Pavement and sealing operations shall not occur in the two (2) weekends preceding nor the
weekday after the major holidays listed below:
• Memorial Day.
• Fourth of July.
• Labor Day.
• Thanksgiving Day.
• Christmas Day.
• New Year Day.
The Engineer at his sole discretion may adjust the paving schedule to address specific project
circumstances and traffic needed.
All costs associated with providing advance notice and furnishing and installing temporary
signs shall be deemed included in and incidental to the bid item for Temporary Traffic Control.
02/19/2026
198
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section
5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to
traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked by
the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(17) Construction Joint Sealing
(Project Special Provisions, PSP)
Add New Section 5-04.3(17):
Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5)
calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified
asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway
surface with minimal overbanding. This work is considered incidental to the bid item “Hot Mix
Asphalt Overlay”.
5-04.3(18) Incidental Uses for HMA
(Project Special Provisions, PSP)
Add New Section 5-04.3(18):
Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other
such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid
under the “Hot Mix Asphalt Overlay” bid item for the overlay related HMA.
5-04.3(19) Temporary Pavement Marking
(Project Special Provisions, PSP)
Add New Section 5-04.3(19):
The furnishing, installing, and removing temporary pavement marking shall be as described
in Section 8-23. All temporary pavement marking is considered Short Duration (Removable)
per Standard Specifications, Section 9-34.5(1).
5-04.3(20) Permanent Pavement Patching and Overlay
(Project Special Provisions, PSP)
Add New Section 5-04.3(20):
02/19/2026
199
All final pavement cuts shall be made by sawcut. Sawcuts shall be a minimum of one foot (1’)
outside the trench width. The top two inches (”") of asphalt shall be ground down to a
minimum distance of one foot (1’) beyond the actual outside edges of the trench and shall be
replaced with two inches (2”) of HMA Class ½” PG 58H-22.
Lane-width or a full street-width overlay will be determined by the Engineer based upon the
location and length of the proposed trench within the roadway cross-section. Changes in
field conditions may warrant modification overlay requirements by the Engineer.
1. Trenches (Road Crossings):
a. The minimum width of a transverse patch (road crossing) shall be six and one-half
feet (6.5’).
b. Any affected lane will be ground down two inches (2”) and paved for the entire
width of the lane.
c. Patch shall be a minimum of one foot (1’) beyond the excavation and patch length
shall be a minimum of an entire traveled lane.
d. Patch depth shall match the existing thickness or at minimum 8-inches where the
existing pavement section is composed partially or wholly of concrete and shall be
8” where the existing pavement section is not composed of any concrete.
e. If the outside of the trenching is within three feet (3’) of any adjacent lane line,
the entire adjacent traveled lane affected will be repaved.
f. An area including the trench and one foot (1’) on each side of the trench but not
less than six- and one-half feet (6.5’) total for the entire width of the affected
traveled lanes will be ground down to a depth of two inches (2”). A two-inch (2”)
overlay of asphalt will be applied per City standards.
2. Trenches Running Parallel with the Street:
a. The minimum width of a longitudinal patch shall be four and one-half feet (4.5’).
b. Patch depth shall match the existing thickness or at minimum 8-inches where the
existing pavement section is composed partially or wholly of concrete and shall be
8” where the existing pavement section is not composed of any concrete.
c. If the trenching is within a single traveled lane, an entire lane-width overlay will
be required.
d. If the outside of the trenching is within three feet (') of any adjacent lane line, the
entire adjacent traveled lane affected will be overlaid.
e. If the trenching is greater than, or equal to 30% of lane per block (660-foot
maximum block length), or if the total patches exceed 12 per block, then the lanes
affected will be overlaid. Minimum overlay shall include all patches within the
block section.
f. The entire traveled lane width for the length of the trench and an additional ten
feet (10’) at each end of the trench will be ground down to a depth of two inches
(2”). A two-inch (2”) overlay of asphalt will be applied per City standards.
3. Potholes and Other Small Patches:
02/19/2026
200
Potholes and other small patches shall meet the same requirements as trenching and
pavement restoration. Patch shall extend to a minimum of one foot (1’) beyond the
excavation on all sides. All affected lanes will be ground down to a depth of two inches (2”)
and paved not less than six-and-one-half feet (6.5’) wide for the entire width of the lane.
Patches greater than five feet (5’) in length, width or diameter shall be restored to trench
restoration standards. In all cases, potholes and other small patches shall be repaired per
Renton Standard Plan 110. Restoration requirements utilizing vactor equipment will be
determined by the engineer.
The contractor in all cases can remove the pavement in the replacement area instead of
grinding out the specified two inches (2”) of asphalt. Full pavement replacement to meet or
exceed the existing pavement depth will be required for the area of pavement removal.
The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-
of-pavement) overlay is required including but not limited to the following:
1. There has been damage to the existing asphalt surface due to the contractor’s
equipment.
2. The trench width increased significantly, or the existing pavement is undermined or
damaged.
3. Any other construction related activities that require additional pavement
restoration.
All street surfaces, walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides a smooth-riding connection and expeditious
drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth below four
inches (") for storm water flow. The Engineer may require additional grinding to increase the
curb depth available for storm water flow in areas that are inadequate. Shimming and
feathering, as required by the Engineer, shall be accomplished by raking out the oversized
aggregates from the Class B mix as appropriate.
Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving
shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary
based upon the streets being trenched.
The final patch or overlay shall be completed as soon as possible and shall not exceed fifteen
(15) working days after first opening the trench. This time frame may be adjusted if delays
are due to inclement paving weather or other adverse conditions that may exist. However,
delaying the final patch or overlay work is subject to the Engineer’s approval. The Engineer
may deem it necessary to complete the work within the fifteen (15) working daytime frame
and not allow any time extension. Should this occur, the Contractor shall perform the
necessary work, as directed by the Engineer.
5-04.4 Measurement
(Project Special Provisions, PSP)
02/19/2026
201
Add this section with the following:
“HMA Cl. ½-Inch PG 58H-22 for Permanent Asphalt Patch” and “HMA Cl. ½-Inch PG 58H-22
for Hot Mix Asphalt Overlay” will be measured by the ton in accordance with Section 1-09.2,
with no deduction being made for the weight of asphalt binder, mineral filler, or any other
component of the mixture. If the Contractor elects to remove and replace mix as allowed by
Section 5-04.3(11), the material removed will not be measured.
5-04.5 Payment
(Project Special Provisions, PSP)
Add this section with the following:
Payment will be made for each of the following Bid items that are included in the Proposal:
“Permanent Asphalt Patch”, per ton.
“Hot Mix Asphalt Overlay”, per ton.
5-05 CEMENT CONCRETE PAVEMENT
5-05.3(8) Joints
(Project Special Provisions, PSP)
Section 5-05.3(8) is supplemented with the following:
When new pavement abuts an existing pavement, the locations of the joints in the new
pavement shall match with the joints in the existing pavement unless otherwise shown on the
plans.
5-05.3(8)D Isolation Joints
(Project Special Provisions, PSP)
Section 5-05.3(8)D is supplemented with the following:
The joint alignment shall be at right angles to the pavement structure centerline unless
otherwise specified in the Contract.
Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and
conform to Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown on the
Standard Plans in these Specifications.
The joint material and backer rod shall be held accurately in place during the placing and
finishing of the concrete by a bulkhead, a holder, metal cap or other approved method. The
joint shall be perpendicular to the paved surface, and the holder shall be in place long enough
to prevent sagging of the joint material.
A wood filler strip or metal cap shall be placed on the top of the backer rod and pre-molded
joint filler to form the groove and shall remain in place until after the finishing and the
concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled
02/19/2026
202
together at the ends to preserve continuity.
Immediately after removal of side forms, the edges of the pavement shall be carefully
inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped
down until the edge of the filler is fully exposed for the entire depth.
Add New Section 5-05.3(8)E:
5-05.3(8)E Sealing Through Joints
(Project Special Provisions, PSP)
Section 5-05.3(8)E is new section as follows:
After the pavement is cured and before carrying any traffic, the space left by the removal of
the wood filler strip, the metal cap, above the top of the backer rod and expansion joint filler
strip, or construction joint shall be thoroughly cleaned of all loose material. The groove shall
be completely free of any projecting concrete from the sides and the groove shall be
continuous across the slab to each edge. It shall then be filled level with the pavement surface
with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants.
The joint sealant material shall be heated and placed in accordance with the manufacturer’s
instructions. Burned material will be rejected. The through joint groove shall be dry at the
time of pouring the sealing compound.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
(Project Special Provisions, PSP)
Section 5-06 is new Section with the following:
5-06.1 Description
Existing pavement areas that have been removed by construction activities must be restored
by the Contractor prior to the end of each working period, prior to the use by vehicular or
pedestrian traffic. The Contractor must use temporary pavement to allow vehicular traffic to
travel over construction areas.
Temporary pavement shall be placed around trench steel plates or other devices used to
cover construction activities in a manner that provides a smooth and safe transition between
surfaces.
5-06.2 Materials
Hot mix asphalt patching shall be used for all temporary trench patching within the traveled
way. Cold mix asphalt may be allowed for temporary paving outside of the traveled way. Hot
mix asphalt patching and cold mix asphalt to Temporarily restore the existing pavement area
shall be incidental cost to various bid items including but not limited furnishing labors,
equipment, materials for placing, removing, hauling, disposing, compacting and removing hot
mix asphalt patch or cold mix asphalt in the temporary paved areas. The cold mix asphalt shall
be EZ Street or approved equal. All temporary paving shall be placed with a minimum
02/19/2026
203
thickness of 2 inches.
Temporary pavement material that does not form a consolidated surface after compaction
shall be considered unsuitable and shall be removed from the site. Unsuitable temporary
pavement shall be disposed of offsite.
5-06.3 Construction Requirements
The Contractor shall maintain temporary asphalt trench patches during the work to the
satisfaction of the governing road agency and the Engineer, until said patch is replaced with
permanent hot mix asphalt trench patch. The completed pavement shall be free from ridges,
ruts, bumps, depressions, objectionable marks, or other irregularities. The Contractor shall
immediately repair, patch, or remove any temporary pavement that does not provide a flat
transition between existing pavement areas.
All temporary asphalt trench patches shall be approved by the Engineer before placement.
Placement of temporary pavement without prior approval from the Engineer shall be
considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary
asphalt trench patches to be removed and replaced shall also be approved by the Engineer
before placement. This work shall also include the removal of the temporary asphalt trench
patches prior to paving of final asphalt pavement. The permanent hot mix asphalt patch shall
be placed and sealed as specified in Section 5-04.
All temporary asphalt trench patches shall be removed from the site by the end of the project
and shall not be used as permanent asphalt pavement or subgrade material.
02/19/2026
204
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, WATER MAINS, AND
CONDUITS
7-00 General
(Project Special Provisions, PSP)
This is a new section as follows:
In the locations shown on the Construction Plans, the Contractor shall remove and replace
existing drainage structures and pipes and replace removed portion with new pipe and
structures.
The Contractor shall review pipe segments and drainage structures to be removed and
replaced with the Engineer prior to ordering to verify lengths, depths, and pipe sizes.
7-04 STORM SEWERS
7-04.2 Materials
(Project Special Provisions, PSP)
The first paragraph of Section 7-04.2 is revised as follows:
Unless a pipe material is specifically called out on the Plans, materials shall meet the following
requirements.
Size Pipe Material Allowed Specification
8-36”
Polypropylene Storm Sewer Pipe
SDR 35 PVC Storm Sewer Pipe
Ductile Iron Storm Sewer Pipe
9-05.24(1)
9-05.12(1)
9-05.13
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.
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.
02/19/2026
205
Dense foam Pad shall meet Section 9-05.52 of these Special Provisions.
7-04.3(1) Cleaning and Testing
(Project Special Provisions, PSP)
Section 7-04.3(1) is supplemented with the following:
Before pipe testing begins, the Contractor shall prepare and submit the testing plan to the
Engineer for review and approval. The testing plan shall include testing procedures, methods,
equipment, and tentative schedule. The costs including labor, equipment, and materials for
the preparation, submittal, revision of testing plan, and conducting pipe testing shall be
incidental and included in various storm sewer pipe bid items.
Contractor shall repair, correct, and retest sections of pipe which fail to meet specified
requirements, when necessary, at the sole expense of the Contractor.
Pipe testing shall be performed as work progresses. Schedule testing so that no more than
1000 linear feet of installed pipeline remains untested at one time. Perform testing shall be
under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower
end of the pipe if needed to test pipe.
All flexible pipes 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
package”" 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 "runner”" or “leg”
if 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 mandrels 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 various
storm sewer pipe bid items.
02/19/2026
206
7-04.3(2) CCTV Inspection
(Project Special Provisions, PSP)
Section 7-04.3(2) is a new added section:
All new storm sewer pipes constructed under this project shall be inspected by closed-circuit
television (CCTV) prior to substantial completion. All costs associated with performing this
inspection shall be included in the “CCTV Inspection” bid item.
All CCTV inspections for new storm sewer pipes shall conform to Section 7-17.3(2) H.
7-04.3(3) Temporary Storm Bypass Pumping and System
(Project Special Provisions, PSP)
Section 7-04.3(3) is a new added section as follows:
It shall be the Contractor’s responsibility to maintain operation of the existing storm system
throughout the duration of the project without any disruption of service until the new storm
system has been accepted by the City to receive stormwater flows, and connections are made
between the existing and new storm sewer based on scheduling approved by the Engineer.
Preparing Temporary Storm Bypass Pumping and System Plan, furnishing labor, equipment,
materials necessary to implement and remove temporary storm bypass Pumping Plan and
System shall be incidental to various stormwater bid items.
A temporary storm bypass shall be capable of bypassing at least the 2-year peak flow during
construction.
The Contractor shall submit proposed methods for providing the Temporary Storm Bypass
Pumping and System to the Engineer for approval minimum 14 calendar days prior to
Preconstruction Meeting. The bypasses shall have the least impact on property owners and
traffic flow through the site. The bypasses shall be installed, operated, and maintained only
when needed where the existing storm system must be demolished to allow construction of
the new storm system. Where shown on the Plans, Contractor shall time work of bypasses
during period of anticipated no or little rain.
If bypass pumping is used, it shall be always scheduled for continuous operation with backup
equipment available on site for periods of maintenance and refueling or failure of the primary
bypass pumping system.
The Contractor shall submit a Temporary Storm Bypass Pumping and System Plan in
accordance with Section 1-07.15. The Contractor’s 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 proposed plan shall be reviewed and approved by the Engineer
before the plan is implemented. The review of the temporary storm bypass pumping system
plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the
Contractor of his responsibility to provide a bypass system that conveys encountered flows
02/19/2026
207
without property damage or damage to the project or construction area. Any risk associated
with sizing the temporary storm bypass pumping system 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
02/19/2026
208
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
(Project Special Provisions, PSP)
Section 7-05.3 is supplemented by adding the following:
All manholes shall be in accordance with the Standard Plans.
All manholes shall have eccentric cones and shall have ladders.
Connection to manholes or catch basins for storm pipe less than 24-inch shall be “Kor-n-Seal”
boot or approved alternate.
Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or
approved alternate.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
(Project Special Provisions, PSP)
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch
basins, inlets, frames, covers, and boxes affected by a pavement overlay to new finished
grades, 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 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 COR STD. 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 rock 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
compacted in accordance with the typical roadway section.
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
02/19/2026
209
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 to 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 be 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.
Existing structure, including valve box covers affected by a pavement overlay, or in need of
adjustment to finished surface grade, shall normally be adjusted to grade within three (3)
working days after the pavement overlay. If the City determines that the structure is critical
to operations, immediate adjustment may be required.
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.
Adjusting new Manholes Lids, Catch Basin Inlets, and frames, covers and boxes to finished
grade shall be incidental and included in various bid items.
7-05.3(2) Abandon Existing Manholes
(Project Special Provisions, PSP)
Where abandonment of an existing manhole is required, the structure shall be demolished
to a minimum depth of 4 feet below the revised surface elevation, and all pipe connections
shall be securely plugged with cement grout. Drainage holes shall be drilled in the manhole
base to prevent water accumulation. The remaining structure shall then be filled with CDF,
sand, or gravel borrow compacted to 90 percent density, in accordance with Section 2-
02/19/2026
210
03.3(14) C. The ring and cover shall be salvaged if requested by the Engineer, and all other
surplus materials shall be properly disposed of.
7-05.3(2)A Abandon Existing Storm Sewer Pipes
(Project Special Provisions, PSP)
Section 7-05.3(2)A is a new section:
Where it is shown on the plans that existing 12” storm sewer pipe is to be abandoned, the
contractor shall cut, remove short sections and fill the existing storm sewer pipe with
controlled density fill (CDF) for utility abandonment in accordance with Section 9-03.22 of the
Special Provisions. Existing storm sewer pipes smaller than 12” in diameter shall be
abandoned in place with commercial concrete/cement-based grout plugs at least 24-inches
long in each end of the pipe at every location where the pipe is exposed or accessible.
The cost including labor, equipment, and materials, associated with plug existing storm sewer
pipes with commercial concrete/cement-based grout shall be in incidental and include in
various storm sewer bid items.
Work related to abandoning and filling the existing 12” storm sewer pipe with CDF, including
all labor, equipment, and materials as necessary to perform the work will be paid under bid
item, Controlled Density Fill (CDF)-Pipe Abandonment, measured in cubic yard unit price.
7-05.3(3) Connections to Existing Manholes
(Project Special Provisions, PSP)
Section 7-05.3(3) is supplemented by adding the following:
Where indicated on the Plans, new storm sewer pipes shall be connected to existing storm
pipes, catch basins, curb inlets, and/or manholes. The Contractor shall core drill into the
existing structure, shape the new pipe to provide a proper fit, and re-grout the opening in a
workmanlike manner.
Connections to existing storm sewer manholes shall be made by core drilling and using
couplings equal to “Kor-n-Seal” boots or GPK sanded adapters. Existing manholes shall be
cleaned, repaired, and re-channeled as necessary to accommodate the new storm sewer pipe
configuration, in accordance with the Construction Plans.
Connections to existing sanitary sewer pipes, where necessary 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.
For measurement and payment purpose, a “connection to existing” item is intended to apply
only where a new pipe is connected to an existing structure. This item will not be allowed for
locations involving new installations, relocations, or adjustments of manholes, catch basins,
or curb inlets.
02/19/2026
211
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.
7-06 CONSTRUCTION DEWATERING
(Project Special Provisions, PSP)
Section 7-06 is a new section as follows:
7-06.1 Description
This section specifies definition, responsibilities, and execution for control of water. Control
of water shall consist of the design and submittal, furnishing, installation, operation,
maintenance, applying for required discharge permit(s) and paying for the disposal fees,
disposal of construction watering, and removal of a construction dewatering system or
systems to achieve proper completion of all work performed under this Contract.
Work covered in this section includes all labor, materials, tools, and equipment and
performing all incidentals necessary to dewater the excavations, structures, and other work
areas during construction. Dewatering includes removal and proper discharge of all water,
including, but not limited to, groundwater, surface water, and precipitation.
Dewatering the area around the northeast corner of the existing 2.0 MG reservoir when it is
necessary shall be included in the “Construction Dewatering” bid item.
The Contractor shall implement appropriate Best Management Practices (BMPs) to prevent
street water runoff from entering the trenching area. No additional compensation will be
paid by the city if the Contractor fails to prevent such runoff.
7-06.1(1) Design Requirements
Before the commencement of any dewatering, the Contractor shall obtain acceptance by the
Engineer for the design, materials, method, installation, and operation and maintenance
details of the construction dewatering system(s) and/or monitoring system the Contractor
plans to install. Acceptance by the Engineer of the design, materials, method, installation,
and operation and maintenance details submitted by the Contractor shall not in any way
relieve the Contractor from responsibility for errors therein or from the entire responsibility
for complete and adequate design, materials, installation, operation, maintenance and
performance of the system in controlling the water level in the excavated areas. The
Contractor shall bear sole responsibility for proper design, installation, operation,
maintenance, and any failure of any component of the dewatering system for the duration of
this Contract.
Before the commencement of any construction dewatering, if the Contractor plans to dispose
of construction dewatering water to King County facility, the discharge permit(s) must be
obtained.
The Contractor shall provide, operate, maintain, and decommission the construction
dewatering systems that consist of trench sumps. The Contractor shall control ground water
to prevent softening of the bottom of excavations, or formation of “quick” conditions or
02/19/2026
212
“boils” during excavation. The Contractor shall design, install, maintain, and operate the
dewatering system to prevent removal of the natural soils.
The Contractor shall provide backup systems for all ordinary emergencies, including power
outage and flooding, and will always be available competent workers for the continuous and
successful operation of the construction dewatering system. The Contractor shall not disable
or shut-down the construction dewatering system between shifts, on holidays, or weekends,
or during work stoppages, without written permission from the Engineer. The Contractor
shall be responsible for maintaining all electric power service connections to the construction
dewatering system components and for the cost of electric power used in the operation of
the dewatering system.
The Contractor shall control surface runoff to prevent entry or collection of water in
excavations or in other isolated areas of the site. The Contractor shall employ sumps to pump
any pocketed or undrained water not otherwise collected or removed. However, the
Contractor shall not rely solely upon open and cased sumps for construction dewatering.
The Contractor shall design the construction dewatering system using accepted and
professional methods of design and engineering consistent with sound modern practices. The
Contractor may have or may employ the services of a subcontractor who has experience in
the field of construction dewatering system design, installation, operation, and maintenance.
After initiating construction dewatering operations, the Contractor shall operate, maintain,
and monitor the construction dewatering system(s) for the duration of the contract until
specifically authorized in writing by the engineer to cease operation, maintenance, or
monitoring.
The Contractor shall install, operate, and maintain a water treatment system to provide for
settling of suspended solids or other requisite water quality treatment.
The Contractor shall dewater and dispose of the water in a manner that will not cause injury
to public or private property, or to cause a nuisance or a menace to the public (i.e. there shall
be no overflow of sewer or storm drain systems).
The Contractor shall not allow the water discharged from the sumps to degrade the water
quality of the receiving waters.
7-06.1(2) QUALITY ASSURANCE:
The Contractor shall include, at minimum, all the elements necessary for furnishing, installing,
operating, and maintaining the construction dewatering system.
The Contractor shall employ materials, equipment, and construction methods commonly
used and proven as suitable for the duration of construction dewatering. The Contractor shall
provide submittals and/or product data that demonstrate the suitability of the materials and
equipment proposed for use on the construction dewatering system. The Contractor shall
test the construction dewatering system to the reasonable satisfaction of the Engineer and
make any operational prior to excavation.
02/19/2026
213
The Contractor shall integrate all construction dewatering, shoring and excavation activities
to ensure that dewatering, shoring and excavation activities does not impede or conflict to
the detriment of the work. The Contractor shall be responsible for any impacts to the project
from conflicts between construction dewatering, shoring and/or excavation.
The contractor shall control excavation dewatering to prevent damage from settlement due
to possible lowering of the adjacent groundwater table. The release of groundwater to its
static levels shall be performed in such a manner as to maintain the undisturbed state of the
foundation soils, prevent disturbance of backfill and prevent movement of all structures and
utilities. Settlement monitoring devices shall be installed to detect potential settlement
issues at the direction of the City or Engineer.
7-06.1(3) SUBMITTALS:
Minimum 14 calendar days prior to a pre-construction meeting, the Contractor shall submit
drawings and complete design data showing methods and equipment the Contractor
proposes for dewatering. The Contractor shall submit sufficient information for the
Engineer to understand the proposed construction dewatering system including, but not
limited to the following:
1. Specifications and manufacturer’s literature of the materials and a description of
the methods proposed for use in the construction of dewatering system.
2. Capacities of pumps, prime movers, and standby equipment.
3. Dewatering schedule, operation, maintenance, and abandonment/removal
procedures.
7-06.1(4) AVAILABLE SUBSURFACE DATA
The Contractor may use the information presented in the following Technical
Memorandums:
1. Engineering Geology and Hazards Review, RH2 Engineering Technical
Memorandum, September 30, 2016.
2. Supplemental Engineering Geology Evaluation, RH2 Engineering Technical
Memorandum, November 6, 2017.
However, the Contractor shall assume responsibility for the interpretation or use of all the
information presented in the above Technical Memorandums. The use of the available data
and information in no way relieves the Contractor from the sole responsibility for proper
design, installation, operation, maintenance, and any failure of any component of the
dewatering systems for the duration of this Contract.
02/19/2026
214
7-06.2 Construction Requirements
7-06.2(1) Standby Equipment:
The Contractor shall furnish and maintain on site sufficient power-generating and other
equipment and materials to ensure continuous and successful operation of the dewatering
system. The Contractor shall maintain on site, ready to operate, sufficient standby electrical
generating capacity to operate all pumps. The Contractor shall test all backup electric systems
monthly in the presence of the Engineer. These tests include at least 24 hours of operation
under full system load. The Contractor shall have on site, a backup pump for each type of
pump in the dewatering system and sufficient pipe and fittings for any repair.
7-06.2(2) Discharge Points and Pipes:
Discharge piping shall be designed and installed in a manner which minimizes impacts to
excavation or construction activities. Acceptable discharge points require approved by the
Engineer.
Discharge of construction dewatering water shall be restricted such that it does not cause
surcharging or overflow of the receiving storm or sanitary sewer system (if approved by the
City or King County). Discharge to the storm or sanitary sewer system is limited by receiving
pipe size as follows, however, field conditions may necessitate more restrictive flowrates:
Pipe Diameter (inches) 24 18 12 10 8
Flowrate (gpm) 2880 1638 752 522 344
Flowrate (MGD) 4.15 2.36 1.08 0.75 0.50
7-06.2(4) Water Supply for System Installation and Electrical Service:
The Contractor shall provide water supply and electrical service needed as incidental cost for
the dewatering systems. The Contractor shall provide a separate power source for the
dewatering system electric service with its own meter, and which shall be dedicated solely
for the dewatering system and separate from all other electric service.
7-06.2(5) Dewatering System Protection:
The Contractor shall take reasonable precautions to ensure continuous successful operation
of the construction dewatering system. This includes establishing and/or maintaining
adequate marking of pump and pipeline locations. Wherever discharge lines require crossing
for access into, out of, or around an excavation, steel ramps as an incidental cost to
Construction Dewatering bid item shall protect the system from vehicular traffic. All steel
ramps must have the strength to support the heaviest equipment on site and should provide
at least one foot of clearance between the dewatering system element and the underside of
the ramp. The Contractor shall clearly identify all vehicular access points across the
construction dewatering system with brightly colored or flagged 8-foot-high poles on each
02/19/2026
215
side of the access point. The Contractor shall valve all ramped pipelines on both sides of the
ramp.
02/19/2026
216
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)A Trenches
(Project Special Provisions, PSP)
Section 7-08.3(1)A is supplemented by adding the following:
Trench Excavation and backfill for water main, storm sewer and sanitary sewer construction
shall be in accordance with the trench limits outlined in the table below. Existing soil
conditions are variable, and areas of soil instability may exist. The Contractor is responsible
for protecting and maintaining the trench integrity and shall be held accountable for liability
of trench construction, maintenance, and incidental trench deficiencies or accidents.
Incidents that result in loss of trench integrity will not be eligible for a change order. All trench
excavated materials shall be disposed of off-site at an approved Contractor-provided disposal
site, unless otherwise approved by the Engineer. Excavation outside the excavation limits
shown on the plan drawings shall be at no additional expense to the City.
Pipe Type
Water, Sewer,
or Storm Drain
Water, Sewer, or
Storm Drain
Water, Sewer, or
Storm Drain
Trench Depth <8-ft 8 through 16-ft >16-ft
Trench Pay Width
(ft) 4 6 8
Where a 3-inch Schedule 80 PVC conduit is installed longitudinally alongside the water
main, an additional 1-foot trench width will be included as a joint utility trench.
Where a 3-inch Schedule 80 PVC conduit is transversely installed, the trench shall have a
minimum width of 2-foot regardless of the proposed conduit depth, the trench excavation
related costs shall be incidental to “3-inch Diam. Schedule 80 PVC Conduit” bid item.
Where water service lines are installed, the trench shall have a minimum width of 2-foot,
regardless of the proposed water main depth. The trench excavation related costs shall be
incidental to the water service connection bid items.
Handling and disposal of materials shall adhere to all transportation requirements, receive
pre-approval from a disposal facility. The excavations may 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.
Trench Backfilling
Trench backfilling shall be accomplished in accordance with Section 2-09 Structure
Excavation of the Standard Specifications as modified herein:
02/19/2026
217
In paved areas, trench backfill material shall be compacted to 95% maximum dry density per
2-03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications.
In unpaved areas, trench backfill material shall be compacted to 90% maximum dry density
per Section 2-03.3(14)D Compaction and Moisture Control Tests of the Standard
Specifications.
Placing and compacting trench backfill are incidental to and included in the various bid items
of work. Furnishing imported backfill materials (from a Contractor-supplied source) will be
paid for under the specific bid item(s) set forth in the proposal/Contract Documents.
Structure Backfilling
Backfilling shall be accomplished in accordance with Section 2-09 Structure Excavation of the
Standard Specifications as modified herein:
In paved areas, backfill material shall be compacted to 95% maximum dry density per 2-
03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications.
In unpaved areas, backfill material shall be compacted to 90% maximum dry density per
Section 2-03.3(14)D Compaction and Moisture Control Tests of the Standard Specifications.
Placing and compacting structure backfill are incidental to and included in the various bid
items of work. Furnishing imported backfill materials (from a Contractor-supplied source) will
be paid for under the specific bid item(s) set forth in the proposal/Contract Documents.
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 the ground surface within the construction area with a
smooth drum vibratory roller 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
(Project Special Provisions, PSP)
Section 7-08.3(1)C is supplemented by adding the following:
Storm and Water Main Pipe Bedding material shall meet the requirements of Crushed
Surfacing Base Course (CSBC) for Pipe Zone Bedding in accordance with Standard
Specification Section 9-03.9(3).
The 3-inch Schedule 80 PVC Conduit Bedding Material shall be per Standard Specification
Section 9-03.13, Sand Drain. The conduit bedding material shall be considered incidental to
the 3-inch Schedule 80 PV Conduit bid items, and no further compensation shall be made.
02/19/2026
218
For all pipe bedding, compaction of the bedding materials under the pipe haunches will be
required. Pipe bedding should provide a firm uniform cradle for supporting 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. The existing soils shall not be reused as for pipe
bedding material.
7-08.3(1)D Pipe Foundation
(Project Special Provisions, PSP)
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
Crushed Surfacing Base Course (CSBC) and conform to the requirements of Section 9-03.9(3)
of the Standard Specifications.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such
as silt/clay, or organic rich soils, the Contractor shall notify the Engineer immediately. The
Engineer may direct the Contractor to use a geotextile separator fabric 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 paid for by the
square yard under the bid item “Construction Geotextile for Separation”.
If excess excavation causes a faulty grade line, the grade shall be corrected by backfilling 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
(Project Special Provisions, PSP)
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
(Project Special Provisions, PSP)
Section 7-08.3(2)B is supplemented by adding the following:
02/19/2026
219
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 at no additional cost to the Owner.
The Contractor shall inspect each pipe and fitting prior to installation to ensure that there are
no damages, defects, or deformities. Any defective, damaged, or unsound pipe shall be
repaired or replaced at no additional cost to the Owner. All foreign matter or dirt shall be
removed from the interior of the pipe before lowering into position in the trench. Pipe shall
be kept clean during and after laying. All openings in the pipeline shall be closed with
watertight expandable type sewer plugs at the end of each day’s operation, or whenever the
pipe openings are left unattended. The use of burlap, wood, or other’ similar temporary plugs
will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,
the Engineer may change the alignment and/or the grades. 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 pipes 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
(Project Special Provisions, PSP)
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.
02/19/2026
220
7-08.3(2)H Sewer Line Connections
(Project Special Provisions, PSP)
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).
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)A Backfilling Pipe Trenches
(Project Special Provisions, PSP)
Section 7-08.3(3)A is a new section supplementing 7-08.3(3):
Import Trench Backfill shall meet the requirements of gravel borrow in accordance with
WSDOT Standard Specification 9-03.14(1). The existing soils shall not be reused as trench
backfill. 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
02/19/2026
221
trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe.
Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a
minimum of 2 feet of backfill has been placed over the pipe bedding.
Contractor 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.
Placing and compacting trench backfill are incidental to and included in the various bid items
of work. 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.
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.
All trench excavated materials shall be disposed of off-site at approved contractor-provided
disposal site.
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.
The Contractor shall be responsible for the disposal of any excess excavated material. Special
care must be taken to obtain good compaction up to the edges of the excavation as the
shoring is removed. Moreover, attention must be paid to ensuring good compaction around
manholes.
7-08.3(4) Plugging Existing Pipe
(Project Special Provisions, PSP)
Section 7-08.3(4) is replaced as follows:
Where shown in the Plans or where designated by the Engineer, existing storm sewer or
sanitary sewer pipes smaller than 12” in diameter shall be abandoned by plugging on the inlet
end for a distance minimum 24 inches with commercial concrete/cement-based grout. Care
shall be used in placing the concrete in the pipe to see that the opening pipe is completely
filled and thoroughly plugged.
The costs of furnishing and placing commercial concrete/cement-based grout and plugging
existing pipe with commercial concrete/cement-based grout including labor, equipment, and
materials shall be in incidental in the Contract and/or included in various bid items.
7-08.4 Measurement
(Project Special Provisions, PSP)
Second paragraph of Section 7-08.4 is replaced as follows:
The cost related to Plugging Existing Pipe including labors, equipment, and materials shall be
considered incidental to the Contract.
02/19/2026
222
7--09 WATER MAINS
7-09.3 Construction Requirements
7-09.3(1) General
(Project Special Provisions, PSP)
Section 7-09.3(1) is supplemented as follows:
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 is not guaranteed to be accurate. The Contractor is responsible for checking for
conflicts by calling utility locates and by potholing ahead of the excavations.
Before beginning work and finalizing locations and depths of new water mains, hydrants,
water service lines and appurtenances of each site, the Contractor shall first do potholing of
all buried crossing and nearby existing utilities and shall notify the Engineer of potential
conflicts. The Contractor shall then plan water alignment and depth adjustments, as
required and/or as directed by the Engineer before start of excavation at each site. The
Contractor shall adjust location and/or depths of proposed infrastructure per the Engineer's
feedback.
When air release valve assemblies are shown on the Plans, Contractor shall plan and
construct water main in such a manner that water main high point occurs at the air release
valve assembly tapping location.
Contractors shall plan depth of new water mains to avoid vertical bends, except when shown
on the Plans or except as required to avoid utility conflicts at the point of connection to
existing water mains.
Contractors shall plan depth of new water mains so it can be installed flat or with constant
slope, without localized high or low spots that either trap air or that would prevent fully
draining the new water main for future maintenance.
The Contractor shall excavate around and under existing utilities with care. The Contractor
shall support and maintain any exposed existing utilities. Where it is required to cut, move,
or reconnect any utility, the Contractor shall make arrangements with the owners and bear
all costs involved unless specified bid items are provided in the Proposal/Construction
Contract.
It is foreseeable that a variety of subsurface conditions may be encountered when excavating.
Excavation may be affected by the presence of groundwater, soil type, soil cohesion, over-
consolidated soils, organic soils, and the Contractor’s construction means and methods.
Bidders are advised, with the assistance of their own geotechnical professional, to make their
own assessment of how these factors may influence the work.
Where water main crosses above or below sanitary sewer, on full length of water pipe shall
be used with the pipes center for maximum joint separation.
02/19/2026
223
Removal, haul, and disposal of existing water mains and appurtenances shall be incidental to
various water main bid items. This work would include removing, hauling, and disposing of the
existing water system, including but not limited to crosses, butterfly valves, gate valves,
reducers, end caps, fittings, concrete blocking and structures, and various types and sizes of
existing water pipes that conflict or a#ect the new water mains or system installations.
7-09.3(1)A Asbestos Cement Pipe Removal, Handling, and Disposal
(Project Special Provisions, PSP)
Section 7-09.3(1)A is a new section and read as follows:
When working with Asbestos Cement (AC) Pipe, the contractor is required to maintain
workers’ exposure to asbestos material at or below the exposure limit as prescribed in WAC
296-62-07705 State/Federal Guidelines and Certification and the Puget Sound Air Pollution
Control Agency (PSCAA). A certified sub-contractor may be required for the work associated
with the removal and abandonment of existing AC pipes. When necessary, AC pipe shall be
cut with a hand-operated carbide cutter with control flowing water. 12-inch or larger AC pipe
segments shall be filled with CDF and left to be buried in the trench. 8-inch or smaller AC pipe
segments shall be filled with commercial cement concrete grout minimum 2-foot from the
end and left to be buried in place.
Contaminated clothing shall be transported in sealed impermeable bags and labeled in
accordance with WAC 296-62-07721. All work on AC pipes shall be performed by a licensed
asbestos abatement contractor. An asbestos demolition shall be filed with PSCAA when
necessary. The AC pipe to be removed shall be disposed of in accordance with the PSCAA
requirements.
The Contractor shall remove all asbestos-cement pipe where such pipe is designated for
removal on the Plans, as may be required where out-of-service asbestos-cement water
main intrudes or may intrude into or otherwise interfere with the Work, and/or as may be
directed by the Engineer. The Work under this section also includes handling and disposing
the asbestos-cement pipe, together with any asbestos containing waste materials such as
pipe fragments, protective clothing, HEPA filters, decontamination rinse water, asbestos-
contaminated containers, and debris.
For the purposes of this contract, and regulatory compliance, asbestos-cement pipe shall be
considered nonabsorbent, friable asbestos-containing material and the Contractor
performing the asbestos pipe removal shall be a certified (current) asbestos abatement
Contractor receiving certification from the Washington Department of Labor and Industries
(L&I). For the purposes of Chapters 296-62 and 296-65 WAC, the Work under this section
shall be classified as “Class II asbestos work.” Asbestos is classified as a Class 9 hazardous
material, Identification Number NA 2212, under CFR Title 49 “Transportation.”
The Contractor shall ensure that the removal and handling including haul and disposal of
the waste asbestos meet the requirements of EPA regulation 40 CFR Part 61, local health
department regulations, Federal Motor Carrier Safety Act, all other applicable regulations,
and these contract provisions.
02/19/2026
224
Prior to performing any contract work, the Contractor shall obtain all permits from, and
provide notification to, the Washington State Department of Labor and Industries, the
Puget Sound Air Pollution Control Authority (PSCAA), and other permitting and regulatory
agencies with jurisdiction over the Work involving asbestos as the law requires.
Prior to commencing asbestos related work, the Contractor shall provide the Engineer with
written verification, including copies of approvals and notifications that have been given
and/or obtained from the required jurisdiction agencies, and the Contractor’s schedule for
all Work involving asbestos removal and handling including haul or disposal. The schedule
shall include the sequencing and scheduling of asbestos related Work and identify the
proposed waste disposal site. The proposed waste disposal site shall be located in the State
of Washington and shall be permitted to accept asbestos waste material.
If any portion of the Work under this section will not be performed by the Contractor, the
Contractor shall submit a subcontract request as provided in Section 1-08.1, including any
proposed independent or commercial hauling companies. Subject to the provisions of State
law and interpretation by the Washington State Department of Labor and Industries, a
certificate of registration in compliance with RCW 39.27 may not be necessary for
independent or commercial hauling companies. However, in all cases, independent and
commercial hauling companies are required to file Statements of Intent to Pay Minimum
Prevailing Wages and Affidavits of Wages Paid in accordance with the requirements of State
law as administered by the Department of Labor and Industries and the provisions of
RCW 39.12 may be applicable as noted in Section 1-08.1.
The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to
personally supervise the removal, handling, and disposal of the asbestos as an incidental
cost to “Asbestos Cement (AC) Pipe Removal” bid item and to ensure that the Work
involving the asbestos is accomplished by certified asbestos workers pursuant to the
requirements of the Washington State Department of Labor and Industries and federal law.
The CAS shall be on-site during removal and handling of the asbestos, including cutting the
pipe, placing and sealing the asbestos in containers, labeling the containers for transport
and disposal, and loading the containers into the transport vehicle(s) that will remove the
material from the site.
Prior to commencing asbestos-related work, the Contractor shall furnish the Engineer with
copies of the current certifications for the CAS and asbestos workers.
The Contractor shall ensure the safety of all workers, visitors to the site, and the general
public in accordance with all applicable laws, rules, and regulations. Work areas involving
asbestos, including areas of removal and handling asbestos-cement and associated
materials, shall be controlled, clearly marked with barrels and asbestos warning signs, and
have access restrictions as set forth in Section 4.05(b) of the PSCAA’s Regulation III.
Wet methods using appropriate equipment, wetting agents, and methods as set forth in
Section 4.05(b) of the PSCAA’s Regulation III and not prohibited under AC 296-62-07712(4),
are the presumed standard engineering controls and practices for the work. More
specifically, following the work procedures described in Appendices A and C in the
02/19/2026
225
“Evaluation of Asbestos Exposures During Selected Procedures Involving Underground
Asbestos Containing Pipe” (by Schumacher and Associates under contract with the
Snohomish County PUD, as published by the Washington Education Training and Resource
Center, WETRC) for cutting pipe with a carbide wheel, cutting pipe with a hand saw,
installing a repair band onto a pipe, cutting pipe with a snap cutter, and installing a tap
while the pipe is under pressure have been evaluated and determined to keep asbestos
exposure below the permissible exposure limits. Use of alternative engineering controls
and practices as recognized in Chapter 296-62 WAC, or that may result in time-weighted
average or excursion concentrations exceeding permissible exposure limits, will require
initial and subsequent air monitoring, exposure assessments, supplemental control
measures, establishment of regulated area, and associated actions as provided in
WAC 296-62-07712(10)(f) and WAC 296-62-07711.
All asbestos-cement water pipe designated for removal as shown on the Plans that has been
determined to potentially or actually interfere with the Work, or as may be directed by the
Engineer for removal, and any asbestos containing waste materials including pipe
fragments, protective clothing, HEPA filters and asbestos-contaminated containers and
debris shall be sealed in a leak tight container or containers as soon as possible after
removal, but no later than the end of each work shift. If disposal bags are used to contain
and transport the removed asbestos cement materials, the bags shall be: specifically
formulated and approved for asbestos material removal, haul, and disposal; a minimum
thickness of 6-mil.; and yellow in color. All containers shall be labeled, including asbestos
warning, in accordance with regulatory requirements.
Immediately following placement and sealing of the asbestos containing materials in a bag
or bags, the sealed bags shall be placed and sealed in a second bag. Each leak-tight
container shall be permanently marked with the name of the waste generator (i.e., City of
Renton, Water Utility), date, location (address) of the generated waste, and quantity of
material within the container.
Properly sealed and labeled containers of removed asbestos shall be hauled from the site
and disposed at a waste site permitted to accept such waste. Such containers of removed
asbestos may be temporarily stored in an on-site location agreed to by the Contractor,
Contracting Agency, and jurisdictional road agency, provided that the location is secured
and signed in accordance with applicable rules and regulations. In the event that a mutually
acceptable on-site location for the secure, temporary storage of the containers cannot be
determined, the Contractor shall remove the containers from the site no later than the end
of each work shift. In no event shall the Contractor allow the removed asbestos and
containers to remain on private property, to be transshipped to an intermediate off-site
storage area, or comingled with other materials. The Contractor shall dispose asbestos
within ten (10) days of removal in accordance with the provisions of Section 4.07 of the
PSCAA’s Regulation III.
Transportation vehicles and drivers that move the asbestos waste material from the project
to the disposal site shall comply with federal and state labeling, shipment record-keeping,
and licensing requirements.
02/19/2026
226
The Contractor shall be responsible to track the removed asbestos using the Contracting
Agency’s prescribed Waste Shipment Record form and to ensure that the requisite
signatures are obtained of the material transfer and disposal process. The material
information on the form shall provide a direct correlation between the removed asbestos,
the sealed and labeled containers of removed asbestos, and the transported and disposed
containers of removed asbestos. The Contractor shall provide the original copy of the
completed Waste Shipment Record form(s) to the Engineer within ten (10) calendar days
following disposal.
7-09.3(5) Grade and Alignment
(Project Special Provisions, PSP)
Section 7-09.3(5) is revised as follows:
The depth of trenching for water mains shall be such as giving a minimum cover of 48 inches
over the top of the pipe unless otherwise specified on the Plans or in Special Provisions. Any
deviations must be approved by the City of Renton prior to construction. Deeper excavation
may be required due to localized breaks in grade, or to install the new mains under existing
storm pipes or other utilities where necessary. Where the profile of the pipeline and the
ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown
regardless of depth. The excavation shall be to such depth that the minimum cover over valve
operating nuts shall be 1-foot.
7-09.3(15)A Ductile Iron Pipe
(Project Special Provisions, PSP)
Section 7-09.3(15) is revised to read as follows:
Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be
laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the
Plans and no special fittings are shown, the Contractor can assume that the curves can be
made by deflecting the joints with standard lengths of pipe. If shorter lengths are required,
the Plans will indicate maximum lengths that can be used. The amount of deflection at each
pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the
manufacturer’s printed recommended deflections. The Contractor shall submit to the
Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation
indicating deflections are within allowable AWWA specification tolerances.
Where field conditions require deflection or curves not anticipated by the Plans, the Engineer
will determine the methods to be used. No additional payment will be made for laying pipe
on curves as shown on the Plans, or for field changes involving standard lengths of pipe
deflected at the joints. When additional fittings not shown on the Plans are required to meet
field conditions, payment will be made under a separate bid item for additional fittings.
02/19/2026
227
When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment
and then deflected to the curved alignment. Trenches shall be made wider on curves for this
purpose.
Where pipe installation on curves requires the use of special fittings, wedge type restrained
follower glands and concrete blocking shall be used per Section 7-09.3(21).
Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe
manufacturer’s recommendations to the Engineer for approval.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
(Project Special Provisions, PSP)
Section 7-09.3(15)B is revised as follows:
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
(Project Special Provisions, PSP)
The title and text of section 7-09.3(17) have been revised as follows:
The Contractor shall lay ductile iron pipe and fitting with a polyethylene encasement (same
as “Polywrap as shown in Contract Plans). Pipe and polyethylene encasement shall be
installed in accordance with AWWA C105 and the manufacturer’s recommendations. The
polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals,
couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5
of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the
wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93.
The cost for the polyethylene encasement installation including all new water pipes, fittings,
valves at the connection points shall be considered incidental and included in various water
main/pipe bid items. No additional payment shall be allowed.
Laying pipe shall include the following:
• In paved area, provide a neat vertical cut in existing pavement by sawcutting.
• Excavate the trench to proper grade.
• Hauling and disposing of unsuitable or surplus excavated materials.
• Placing and compacting pipe bedding material to support the water pipe.
• Furnishing and laying the pipe on the prepared grade.
• Connecting the pipe to valves and fittings.
• Placing and compacting trench backfill.
• Furnishing and installing concrete thrust blocking.
• Flushing, cleaning, disinfecting, and testing the newly installed water pipes.
02/19/2026
228
7-09.3(19)A Connections to Existing Mains
(Project Special Provisions, PSP)
Section 7-09.3(19) is revised as follows:
The Contractor shall not operate any valve on existing Water Main.
The City of Renton Water Operations and Maintenance staff will make all connections to
charged water mains and will operate all valves to accomplish shutdowns and subsequent
reactivation. Draining of existing water mains will be done by City water maintenance staff.
The Contractor shall provide pumping and disposal of the water from the draining of the
existing water mains including de-chlorination of the water prior to disposal.
Connections to the existing water main shall not be made without the contractor first making
the necessary scheduling arrangements with the City and Engineer in advance. The
Contractor shall request water main shut-offs for connections of new water mains to existing
water mains at least ten (10) working days in advance for each connection. Approval of
connections to existing water main is contingent on the Water Main and appurtenances being
completely installed, tested, cleaned with polypigg, disinfected and flushed per Contract
requirements.
City’s water operations and maintenance staff will notify in writing all water customers
affected by the shut-offs of the water mains at least 48 hours in advance (not including
weekends and holidays) of any water shut-offs. The Contractor may be required to perform
the connection during times other than normal working hours. Water main shut-offs shall
occur during non-holiday weekdays unless otherwise specified in the contract documents.
Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the
major holidays listed below:
New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Juneteenth, Independence Day,
Labor Day, Veterans Day, Thanksgiving Day, Christmas Day.
Due to the needs of various water customers in the project vicinity, water shut-off periods
are limited to the times set forth below:
Days Hours
Monday to Thursday 9:00 AM TO 3:00 PM
Friday to Sunday DO NOT SCHEDULE
The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the
above shut-off periods to address specific project circumstances and customer needs. No
water main shutoffs affecting public schools will be allowed during scheduled school hours.
The City reserves the right to re-schedule the connection if the work area is not ready at the
scheduled time for the connection.
Points of connection to existing water mains shall be exposed by hydro excavation or
potholing prior to trenching of the new water mains. Before the installation of the new water
mains, the Contractor shall field verify, in the presence of the Engineer, the actual location
02/19/2026
229
and depth of the existing water mains where new connections will be made to assure proper
fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After
excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the
exposed water main. The Contractor shall immediately notify the Engineer if the connection
cannot be made as specified by the Contract Plans in order that the connection detail may be
revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent
abrupt changes in grade and alignment of the water main and connection.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface
improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering,
foundation material, at the connection areas before the scheduled time for the connection
by the City.
The Contractor shall provide all materials necessary for the City Water Maintenance
personnel to install all connections to existing water mains as indicated on the contract plans
and contract documents, including fittings, couplings, pipe spools, shackle materials to
complete the connections.
The City Water Operations and Maintenance staff will:
a. Deactivate and dewater the existing and new water main to perform the
connections. The Contractor shall provide pumping and disposal of the water from
the draining of the water mains including de-chlorination.
b. Cut, remove and dispose pipe sections as necessary to install the new Materials
with Contractor’s assistance.
c. Swab all connecting pipes and fittings with 5-6% chlorine solution.
d. Perform the connection work.
e. Reactivate and flush the Water Main.
The Contractor shall furnish and install the polywrap on all pipes, fittings, and valves at the
connection points and shall furnish and install concrete thrust blocks per Contract standard
plans and specifications.
In addition to those connections shown on the Plans, segments of a new Water Main may be
placed in service prior to completion of the new Water Main. All connection between the
charged and uncharged segments of the new Water Main, including connection to a new
Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance
staff.
Connections to existing water mains which include the cutting of the existing water main for
the installation of new in-line tee and valves shall be done in two steps:
Step 1: Cut-in of existing water main for installation of in-line tee, valves, and appurtenances.
The Contractor shall provide all materials as part of bid items necessary for the City Water
Maintenance personnel to cut the existing water main as indicated on the contract plans for
the installation of the in-line tee and valves, including but not limited to the required fittings,
couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line
tee and valves by City personnel, the Contractor shall provide and install concrete blocking
02/19/2026
230
and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing
period is for all concrete blockings before a connection can be made to the new water mains
or new tapping valve.
Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping
valve on existing water mains.
7-09.3(21) Concrete for Concrete Blocking and Straddle Thrust Blocking and Tie Rod
(Project Special Provisions, PSP)
Section 7-09.3(21), with title change, is revised as follows:
Concrete for Concrete blocking and straddle thrust blocking and Tie Rod shall be placed at
bends, tees, dead ends, crosses and on other fittings in conformance with the City of Renton
Standard Plans, Construction Plans latest revised Contract Plans, and/or as directed by the
Engineer.
Concrete for Concrete blocking and straddle thrust blocking and tie rod shall be installed at
locations shown on the plans and shall be in conformance with the Standard Plans and
contract Plans. Reinforcement steel shall be Grade 40 or better. Concrete Blocking shall be
poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28
days of 3,000 psi. All concrete shall be mechanically mixed; hand-mixed concrete and mobile
concrete mixers are not allowed.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete for
Concrete blocking and straddle thrust blocking and tie rod shall bear against solid undisturbed
earth at the sides and bottom of the trench excavation and shall be shaped and properly
formed with plywood or other acceptable forming materials so as not to obstruct access to
the joints of the pipe, bolts, or fittings. The forms shall be removed prior to backfilling.
Unacceptable concrete blocking and straddle thrust blocking and tie rod shall be replaced at
the Contractor’s expense.
Where unfavorable ground conditions are encountered, special blocking may be required as
directed by the Engineer in the field. When digging near fittings of existing water mains,
temporary wood blocking as incidental costs shall be installed to prevent blowouts.
The Contractor shall provide the Engineer at least 1 Working Day advance notice before
pouring concrete blocking and straddle thrust blocking and tie rod and 1 Working Day
advance notice for inspection and approval of all concrete blocking and staddle thrust
blocking and tie rod prior to backfilling.
7-09.3(23) Hydrostatic Pressure Test
(Project Special Provisions, PSP)
Section 7-09.3(23) is revised to read as follows:
The Contractor shall prepare a Testing and Disinfection Plan as incidental to various water
main bid items for review by the Engineer. The Plan shall provide detail on which segments
02/19/2026
231
of the water lines will be tested together and in which order. Submit this plan a minimum of
20 calendar days prior to the first scheduled test. The Plan shall describe all elements of
pressure testing, flushing, pigging, and disinfection.
All new water mains and appurtenances including water service connections to the meter
setters shall be tested in sections of convenient length under a hydrostatic pressure equal to
150 psi in excess of that under which they will operate or in no case shall the test pressure be
less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles,
corporation stops, miscellaneous hose and piping, and measuring equipment necessary for
performing the test shall be furnished and operated by the Contractor.
The Contractor shall obtain a hydrant meter permit from the City by completing a permit
application, making the required security deposits, and paying for fee of the used water at its
own expenses. The Contractor shall use the City’s issued hydrant meter with an attached
backflow prevention assembly to draw water from the City’ water system to fill the water
mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes.
There will be a charge for the water used for filling, testing, cleaning, and disinfection of the
water mains.
The costs associated with the preparation of a hydrant meter permit application, security
deposits, and a charge for the water used shall be incidental to various bid items.
Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require
that the first section of pipe, not less than 1,000 feet in length, installed by each of the
Contractor’s crews, be tested to qualify the crew and the materials. Pipe laying shall not
continue more than an additional 1,000 feet until the first section has been tested
successfully.
The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure.
Concrete thrust blocks shall be in place and time allowed for the concrete to cure before
testing. Where permanent blocking is not required, the Contractor shall furnish and install
temporary blocking as incidental to various water main bid items and remove it after testing.
Before applying the specified test pressure, the water main shall be slowly filled, and air shall
be expelled completely from the pipe, valves, and hydrants. If permanent air vents are not
located at all high points, the contractor shall install corporation cocks at such points so that
the air can be expelled as the line is filled with water. After all the air has been expelled, the
corporation cocks shall be closed, and the test pressure applied. At the conclusion of the
pressure test, the corporation cocks shall be removed and plugged.
The Contractor shall perform a leakage test concurrently with the pressure test. The pressure
test shall be conducted for a 2-hour period.
The test shall be accomplished by pumping the main up to the required pressure, stopping
the pump for 2 hours, and then pumping the main up to the test pressure again. During the
test, the section being tested shall be observed to detect any visible leakage.
02/19/2026
232
A clean container shall be used for holding water for pumping up pressure on the main being
tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of
50 mg/l.
The acceptability of the pressure test and leakage test will be determined by two factors as
follows:
1. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
2. The quantity of water lost from the main and appurtenances shall not exceed the
number of gallons during the 2-hour test period as listed in the following table.
Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period
Nominal Pipe Diameter in inches
Test Pressure
in psi
4” 6" 8" 10" 12" 16" 20" 24"
400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60
375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49
350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will
be the sum of the computed leakage for each size. For those diameters or pressures not
listed, the formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula:
L= SD√P__
266,400
where:
L = Allowable leakage in gallons/hour
S = Gross length of pipe tested, feet
02/19/2026
233
D = Nominal diameter of the pipe in inches
P = Test pressure during the leakage test in psi
The quantity of water required to restore the pressure shall be accurately determined by
either 1) pumping from an open container of suitable size such that accurate volume
measurements can be made by the Engineer or, 2) by pumping through a positive
displacement water meter with a sweep unit hand registering one (1) gallon per revolution.
The meter shall be approved by the Engineer.
Pressure gauges used in the test shall be accompanied with certifications of accuracy from a
testing Laboratory approved by the Engineer.
Any visible leakage detected shall be corrected by the Contractor regardless of the allowable
leakage specified above. Should the tested section fail to meet the pressure test successfully
as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate
and repair the defects and then retest the pipeline.
All tests shall be made with the hydrant auxiliary gate valves open and pressure against the
hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in
turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no
immediate loss of pressure on the gauge when the pressure comes against the valve being
checked. The Contractor shall verify that the pressure differential across the valve does not
exceed the rated working pressure of the valve.
Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all
equipment set up completely ready for operation and shall have successfully performed the
test to ensure that the pipe is in satisfactory condition.
Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be
replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it
is necessary to replace defective material or correct the workmanship, the hydrostatic test
shall be re-run at the Contractor’s expense until a satisfactory test is obtained.
7-09.3(24)A Flushing and "Poly-pigging"
(Project Special Provisions, PSP)
Section 7-09.3(24)A, with title change and is revised as follows:
Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling
and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated
materials that may have entered or become lodged in the pipes during installation.
The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane
rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with
bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form
the pipes through launching stations with vertical crosses and blow-off assemblies as shown
and, on the Contract, Plans and/or Standard Plans.
02/19/2026
234
If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a
flow velocity of at least 2.5 fps in the water main.
Taps required by the Contractor for temporary or permanent release of air, chlorination or
flushing purposes shall be provided by the Contractor as part of the construction of water
mains.
The Contractor shall be responsible for disposal of treated water flushed from mains and shall
neutralize the wastewater for protection of aquatic life in the receiving water before disposal
into any natural drainage channel, i.e., receiving water, waters of the State, including
wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the
satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated
water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH
adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the
State or to a storm sewer system that drains to surface waters of the State. The costs
associated with disposal of treated water flushed from mains shall be incidental to various
bid items.
If approved by the Engineer and by the local authority responsible for the sanitary sewer
system, disposal of treated water from mains may be made to an available sanitary sewer,
provided the rate of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
(Project Special Provisions, PSP)
Section 7-09.3(24)D is replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
(Project Special Provisions, PSP)
Section 7-09.3(24)K is revised as follows:
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours.
After the retention period, the chlorine residual shall be tested at all pipe extremities and at
other representative points and shall measure at least 25 mg/L. If a measurement of less
than 25 mg/L is obtained repeat disinfection is required.
7-09.3(24)N Final Flushing and Testing
(Project Special Provisions, PSP)
Section 7-09.3(24)N has been revised as follows:
Following chlorination, treated water shall be flushed from the newly laid pipe until the
replacement water throughout its length shows, upon test, the absence of chlorine. In the
event chlorine is normally used in the source of supply, then the tests shall show a residual
not in excess of that carried in the water supply system. After flushing the treated water from
the pipes, a 16-hour rest period is required before any water quality sampling can be taken
from the new pipes.
02/19/2026
235
A sample tap shall be located ahead of the flushing hose for convenience and for sanitary
sampling.
Before placing the lines into service, and after a 16-hour rest period, two sets of satisfactory
reports taken at least 15 minutes apart from each sampling point shall be received from the
local or State Health Department or from a State accredited testing laboratory on samples
collected from representative points in the new system. Samples will be collected, and
bacteriological tests obtained by the Engineer.
Following the retention period, the installation of new mains requires that two sets of samples
for coliform analysis are collected using the following methods:
AWWA C651-14 Option B
1. Provide rest period of at least 16 hours.
2. Collect first set of samples from representative points.
3. Provide wait period of at least 15 minutes.
4. Collect second set of samples from representative points.
At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per
million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary,
before discharging to surface waters of the State or to a storm sewer system that drains to
surface waters of the State. The costs associated with final Flushing and Testing shall be
incidental to various water main bid items.
7-09.3(25) Abandoning Existing Water Main
(Project Special Provisions, PSP)
Section 7-09.3(25) is a new section:
When existing water mains as shown in the Plans or at other locations as determined by the
Engineer is no longer in service following the installation of new water main, hydrant, valves,
fittings, concrete thrust blocking, water service connections etc., the contractor shall
abandon the existing water main as follows.
• Existing 4” CI water pipes must be abandoned in place with cast iron or ductile iron
end caps.
• Existing 8” AC water pipes must be abandoned in place with commercial cement
concrete/cement-based grout minimum 2-foot from the end.
• Existing 8” CI and 8” DI water pipes must be abandoned in place with cast iron or
ductile iron end caps.
• Existing 10” CI and 12” DI water pipes must be abandoned in place with cast iron or
ductile iron end caps.
02/19/2026
236
• Existing 12” AC water pipes must be abandoned in place with controlled density fill
(CDF) per Section 9-03.22 for the entire AC water pipe sections and in compliance with
Section 7-08.3(4).
• Existing 16” CI water pipes must be abandoned in place with cast iron or ductile iron
end caps.
• Existing fire hydrant runs must be capped with cast iron or ductile iron end caps.
Abandoned water mains shall be emptied of all water and capped to ensure they are not
penetrable by ground water. Where any portion of the existing water main is to remain in
service after removal of the designated water main, hydrant assembly, or water service
connection, the Contractor shall install a permanent cast-iron or ductile-iron cap or plug,
along with any necessary fittings and thrust blocking.
Measurement for Abandon Existing Water Main will be per lump sum bid price.
Payment for Abandoning Existing Water Main shall be full compensation for all labor,
materials, tools, and equipment required to complete the work specified in the contract
documents and plans.
Notes that the costs including labors, equipment, materials, excavations, sectional removals
and disposals of with the removal and disposal of existing sections of AC water mains will be
paid separately under “8-inch and 12-inch Asbestos Cement Pipe Removal” bid item.
Notes that the costs including labors, equipment, materials, excavations, disposals, and filling
in existing 12” storm cement concrete pipe or 12” AC water mains with CDF will be paid
separately under “Controlled Density Fill (CDF)-Pipe Abandonment” bid items.
Work to be performed by City Forces will include the following.
1. Operate all valves to accomplish shutdowns and subsequent reactivation, where
necessary.
2. Cut and remove pipe sections as necessary to abandon the water main.
3. Swab or spray all connecting pipe and fittings with 5 to 6 percent (5% to 6%) chlorine
solution, where necessary.
4. Install caps and plugs furnished by Contractor on the portions of water mains to
remain active.
Work to be performed by the Contractor will include.
1. Notify the Engineer at least 24 hours in advance of abandoning each water main and
provide safe access for the completion of the process.
2. Provide pumping and disposal of the water from the draining of the existing water
mains, including dechlorination of the water prior to disposal, if necessary.
3. Indicate the exact extents of the existing water main to be removed.
02/19/2026
237
4. Provide all saw-cutting, removal, and disposal of existing surface improvements,
excavation, haul, and disposal of unsuitable materials, shoring, de-watering,
foundation material, at the connection areas before the scheduled time for
connection.
5. Dispose of sections of pipe cut and removed by the city.
6. Provide all materials necessary for City Forces to perform the abandonments shown
in Construction Plans or directed by the Engineer and described in Contract
Documents, including but not limited to the required fittings, couplings, pipe spools,
and shackle materials to complete the connections.
7. Furnish and Install cast iron or ductile iron caps, plugs, or CDF fill in existing AC water
pipes on the water main to be abandoned. Furnish cast iron and ductile iron end
caps to the portion of existing water mains to be active.
8. Furnish and install concrete blocking, pipe end for all pipes and fittings, backfill, and
surface restoration at the locations shown in the Construction Plans for the points of
connection to the existing water system.
7-12 VALVES FOR WATER MAINS
7-12.3 Construction Requirements
(Project Special Provisions, PSP)
Section 7-12.3 is supplemented with the following:
Gate Valves, butterfly valves, and/or insertion valves shall be installed in accordance with
manufacturer’s recommended procedures. Where the valve operating nut is more than 3
feet below finished grade, a stem extension shall be installed as shown in STD Plan. 330.7.
2” galvanized iron pipe and 2” 180-degree return bend, open pattern as shown in STD. Plan
340.3, 1” Air and Vacuum Release Valve Assembly shall be painted 2 coats of Sherwin
Williams Industrial Urethane Alkyd B54T00154 SW4086 Safety Blue.
7-12.3(1) Installation of Valve Marker Post
(Project Special Provisions, PSP)
Section 7-12.3(1) is replaced as follows:
Where required, a valve marker post as an incidental cost to various gate valve bid items shall
be furnished and installed with each valve. Valve marker posts shall be placed at the edge of
the right-of-way opposite the valve and be set with 18 inches of the post exposed above
grade.
7-12.3(2) Adjust Existing Water Valve Box to Finished Grade
(Project Special Provisions, PSP)
02/19/2026
238
Section 7-12.3(2) is a new section:
Where necessary or where the existing water valves are affected by a pavement overlay, the
existing water valve boxes shall be adjusted to conform to final finished grades in the same
manner as for manholes, as detailed in Section 7-05.3(1) of City of Renton STD. Plan. Valve
box adjustments shall include, but not be limited to, the approximate locations shown on the
Plans.
If the existing water valve boxes are plugged in or blocked with debris, the Contractor shall
use whatever means necessary as an incidental cost to remove such debris, leaving the
existing valve in a fully operable condition.
The existing water valve boxes shall be set to an elevation tolerance of one-fourth inch (1/4")
to one-half inch (1/2") below finished grade.
Raising the existing valve box shall be accomplished by adjusting the existing top section of
the valve box or replacing the valve box.
If the valve box base section needs to be extended, the Contractor shall install a 4-inch
diameter cast iron soil pipe, with the bell end of the soil pipe inserted over the top of the
existing valve box base section. The spigot end of the soil pipe shall be located a minimum of
6 inches and a maximum of 9 inches below finished grade. The valve box top section shall be
slipped over the soil pipe and adjusted to the final grade. A polyethylene sheet, 8-mil thick,
shall be placed between the valve box and soil pipe to prevent metal to metal contact where
the sections overlap.
In asphalt concrete pavement and overlay areas, excavation of the valve box to be raised
shall be accomplished by saw cutting or neat line jack hammering the pavement a minimum
of 12 inches around the perimeter of the valve box. The final adjustment of valve boxes shall
be done within 24 hours after paving. Paving, repaving, and patching shall be completed
within 72 hours.
Adjustment of valve box covers located in unpaved areas shall be the same as in paved areas.
7-14 HYDRANTS
7-14.3 Construction Requirements
7-14.3(1) Setting Hydrants
(Project Special Provisions, PSP)
Section 7-14.3(1) is revised as follows:
Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans
and Contract specifications. A minimum 3-foot radius unobstructed working area shall be
provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-
inches minimum and 7-inches maximum above the concrete shear block finished grade.
For each hydrant requiring vertical adjustment, see Section 7-14.3(6).
02/19/2026
239
Fire hydrants shall be of such length as to be suitable for installation with connections to 6",
8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall
be designed for a 4-1/2-foot burial where 12" and larger pipe is shown unless otherwise noted
in the Plans.
After the installation, new hydrants shall be subjected to a hydrostatic test as specified in
Section 7-09.3(23).
The hydrant excavation shall be backfilled and compacted when installation and testing are
complete and accepted by the Engineer.
A concrete shear block as an incidental cost to Fire Hydrant Assembly bid item as shown by
the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction,
Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement
Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish
grade.
The Contractor shall flush, test, and disinfect furnished hydrants and hydrant barrel
extensions according to Section 7-14.3(6).
Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-
Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal.
Any hydrants that are not in service shall be identified by covering them with a burlap or
plastic bag properly secured.
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate
valve (FL x MJ), 6" DI spool (PE x PE) up to 40 feet in length, 5-1/4" MVO fire hydrant (MJ
connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve
operating nut extension, 1-1/4" washed drain rock, blue reflective pavement marker,
16"x8"x4" (minimum) concrete blocks under hydrant and gate valve, 4'x4'x6" concrete shear
block around hydrant, and mechanical joint restraint (wedge-type restrained retainer glands)
with poured-in-place concrete thrust block behind the hydrant shoe or two 3/4-inch diameter
Cor-Ten steel tie rods.
7-14.3(7) Remove and Salvage Existing Fire Hydrant
(Project Special Provisions, PSP)
Section 7-14.3(7) is added as follows:
Existing fire hydrants shall be removed where shown in the Plans. Removed existing fire
hydrants shall be delivered to the City of Renton Shops by the Contractor. The existing fire
hydrant lateral tee shall be removed from the main.
The cost to remove and salvage the existing fire hydrant shall be included in the “Removal of
Existing Fire Hydrant” bid item.
02/19/2026
240
7-14.3(8) Abandoned Existing Gate Valves
(Project Special Provisions, PSP)
Section 7-14.3(8) is added as follows:
All existing gate valves to be abandoned shall be abandoned in the closed position, unless
shown otherwise, by removing a minimum of the top twenty-four inches of the valve box and
then filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion
of the valve box shall be filled with concrete having an f’c of at least 2000 psi.
7-14.3(9) Cut, Cap, and Block Existing Water Mains
(Project Special Provisions, PSP)
Section 7-14.3(9) is added as follows:
The City Forces will cut and cap the existing pipes at the locations shown on the drawings and
install an approved ductile-iron cap. The Contractor shall excavate as required, including
sawcutting, removing, hauling, and disposing of existing asphalt pavement. The Contractor
shall furnish the ductile-iron caps, furnish, install and remove the temporary concrete
blocking. City Forces will remove the ductile-iron caps prior to connecting the new pipe to the
existing pipe.
7-15 SERVICE CONNECTIONS
7-15.3 Construction Requirements
(Project Special Provisions, PSP)
Section 7-15.3 is revised as follows:
All pipe materials for new water service lines and for extension or replacement of existing
water service lines shall be copper and lead free in accordance with the Federal Reduction of
Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or
less and connection to ductile iron water main shall be copper type “K” annealed tubing and
seamless (ANSI H33.1).
Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for
1-inch service lines.
All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless
otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall
furnish and install reduced couplings to adapt the 1-inch setter to the standard 3/4-inch
domestic meter.
All installations shall be considered open cut, and the contractor shall locate and avoid other
underground utilities during installation. The Contractor may install service lines utilizing a
trenchless percussion and impact method (hoe-hogging) method but must obtain written
approval from the Engineer.
02/19/2026
241
Where shown in the Plans, the Contractor shall:
• Furnish and install new water service lines from the new water main to the new meter
setters and new meter boxes near the existing meters.
• Furnish and connect new water service lines from the new water main to the existing
water service lines.
• Furnish and install adaptors for the relocation of the existing water meters to the new
meter setters and re-install the existing meters in the new meter setters.
• Connect the new meter setters to the customers’ private service lines.
• Restore disturbed areas to their approximate original conditions as directed by the
Engineer.
Existing service connections shall not be transferred to the new mainline until the new
mainline has been successfully flushed, disinfected, tested, and approved by the Engineer.
When transferring services from the existing mainline to the new mainline, the Contractor
shall take sanitary precautions to protect the potable water supply in both the existing and
new mains.
New meter setter and boxes shall be installed at the locations set forth on the Contract Plan
or as directed by the Engineer in accordance with the STD. details. Meter boxes shall match
finished grade and shall be located within the public right of way boundaries. When a new
meter box and/or new meter setter will replace the existing, the Contractor shall remove
and dispose of the existing meter box and/or setter at incidental costs.
When a new water meter is needed, the City of Renton will remove the existing meter and
install a new meter. The Contractor shall coordinate the installation of the new meter setter
with the Engineer and provide at least a 48-hour notice (not including weekends and
holidays) to schedule the installation of the new water meter by the City forces.
When the existing meter will be re-used, the Contractor at incidental costs shall remove and
re-install the existing meter and furnish any adapters needed to make the connections.
7-17 SANITARY SEWERS
7-17.2 Materials
(Project Special Provisions, PSP)
Section 7-17.2 is replaced with the following:
Pipe
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor
shall provide two copies of the pipe manufacturer’s technical literature and tables of
dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in
excess of those prescribed or having defects, which prevent adequate joint seal or any other
damage, shall be rejected. If requested by the Engineer, not less than three nor more than
five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as
02/19/2026
242
specified for maximum dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections:
SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1).
Ductile Iron Sewer Pipe Section 9-05.13.
C900 Sewer Pipe (AWWA) Section 9-30.1(5)A
All pipes shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
(Project Special Provisions, PSP)
Section 7-17.3(1) is supplemented as follows:
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole downstream of
the connection. It shall be the Contractor's responsibility to maintain this screen or trap until
the new system is placed in service and then to remove it. Any construction debris, which
enters the existing downstream system, shall be removed by the Contractor at his expense,
and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be
plugged until acceptance by the Engineer.
7-17.3(1)A Temporary Sewer Bypass Systems
It shall be the Contractor's responsibility to maintain operation of the existing sewer systems
throughout the duration of the project without any interruption of sewer service. The
Contractor shall divert all flows around each segment of the pipe designated for
rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and
discharging it to a manhole downstream of the rehabilitation operation. This can be
accomplished via a combination of pumping and/or gravity flow. After the work is completed,
flow shall be returned to the sewer system. The area affected by the bypass operation shall
be fully restored.
Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be
on-site and available for periods of maintenance, refueling or failure of the primary bypass
pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to
damage private or public property or create a nuisance or public menace. The bypass-
pumping pipe shall not block any driveways or intersections unless approved by the Engineer.
The sewage shall be pumped through a watertight hose or pipe that is adequately protected
from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm
02/19/2026
243
sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor
shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation
cause any backups or overflows.
The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe
capacity in each subject line removed from service. If flow conditions are greater than full
pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the
subject line from service. Working days will not be charged for the period of time during
which the flow is greater than full pipe. No additional payment will be made for periods of
high flows during which the Contractor elects to wait for lower flows. Once the Contractor
removes a section of line from service, he/she is responsible to bypass all flow in the system
during construction, even in the event the system surcharges and exceeds the full pipe
capacity, until the line is returned to service.
All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing
sewer system shall be submitted by the Contractor for review and approval. The Contractor's
plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be
allowed to commence bypass pumping. The sewage bypass pumping plan shall include an
emergency response plan to be followed in the event of a failure of the bypass pumping and
a security plan for continued operation and protection of the bypass system. The review of
the bypassing system and equipment by the Engineer shall in no way relieve the Contractor
of his responsibility and public liability.
The Contractor shall coordinate activities with impacted property owners. Property Owners
shall be notified that their side sewer will be out of service for a specified period of time, as
approved by the Engineer. Where there exists a situation where impacted properties cannot
be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care
facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary
sewer system shall be required. The contractor shall verify whether a property is able to be
interrupted prior to bypassing operations.
The preparation and implementation of approved temporary sewer bypass systems and plan
shall be incidental cost to and included in the various bid items.
7-17.3(2)H Television Inspection
(Project Special Provisions, PSP)
Section 7-17.3(2)H is supplemented by adding the following:
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
02/19/2026
244
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 videos must be continuously metered from manhole
to manhole. All video recording shall be continuous from structure to structure with
no “pausing” of the video recording during each pipeline inspection. The pipe shall be
cleaned prior to the CCTV inspection to ensure all defects, features and observations
are seen and logged.
9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and
recording, water (containing dye) shall be introduced into the upstream manhole of
each pipe segment until it is observed and recorded flowing past the camera’s field of
vision in its entirety.
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.)
attached that has ¼” markings to show the depth of water in the pipe during the CCTV
inspection.
11. All manholes shall be channeled and coated prior to CCTV inspection.
12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have
no more than ½” of ponding to be considered acceptable.
7-18 SIDE SEWERS
7-18.1 Description
(Project Special Provisions, PSP)
Section 7-18.1 is supplemented with the following:
Further, this work shall consist of identifying potential vertical conflicts between existing
sanitary side sewers and new water mains and/or storm pipes and resolving the conflicts to
02/19/2026
245
obtain 18-inch minimum vertical separation, where it is possible between existing side sewer
and new water mains and/or storm pipes. Identifying potential vertical conflicts including the
use of closed-circuit television (CCTV) inspection of existing sanitary sewer, where necessary,
to determine location of side sewer branches shall be incidental costs and included in various
bid items.
7-18.2 Materials
(Project Special Provisions, PSP)
Section 7-18.2 is supplemented with the following:
Material of side sewers shall polyvinyl chloride (PVC) rubber gasketed ASTM D 3034, SDR 35,
or ductile iron class 50.
Material of side sewers may need to match that of the existing sewer main unless otherwise
shown on the Plans or directed by the Engineer. Fittings and connections shall be per City of
Renton Standard plan 406.1.
7-18.3(6) Sanitary Side Sewer Relocations
(Project Special Provisions, PSP)
Section 7-18.6 is a new section as follows:
Side sewer sizes and locations shown on the plans are approximate based upon the best
available information. The contractor shall locate and pothole, where it shows on the plans
or when it is directed by the Engineer, to verify its depth and horizontal locations in the
field. The Engineer will compare potholing results with the new water main and/or storm
pipe profiles and determine if the side sewer relocations are required to avoid vertical
conflicts with the new water mains and storm pipes.
When it is determined that the side sewer relocations are required, the Contractor shall
furnish all labor, equipment, and materials necessary as shown in the Project Plan Details to
relocate the existing side sewers. The existing side sewers determined to be relocated shall
be clearly cut or removed at the nearest joints. When it is possible, the relocations of side
sewers shall vertically clear the new water main and storm pipe by min. 18 inches, where
possible.
The Contractor shall notify the Inspector when the side sewer relocations are completed
and ready for the inspection. The visible inspection must be performed prior to backfilling.
Pipe zone bedding material shall be incidental to side sewer relocation bid items and consist
of imported materials, CSBC, free of roots or other organic material, mud, muck, and frozen
material. Pipe zone material shall be densified by compaction using mechanical tamping to
a density of 95 percent of maximum dry soil density using a modified proctor. Equipment
with suitably shaped tamping feet shall be used to compact the material and ensure that
the specified soil density is obtained beneath the haunches of the pipe. At the time of
placement, the materials shall have the optimum moisture content required for compaction
02/19/2026
246
and the moisture content shall be uniform throughout each layer. Materials shall be placed
in layers not more than 6" thick after each compaction.
Trench backfills materials, gravel borrow, above the pipe zone to the surface of the finish
grade or native ground shall be placed so that the resulting density will be 95 percent of
maximum dry density, modified proctor, within travelled ways and 90 percent of maximum
dry density for areas outside travelled ways. Backfill material shall be placed in continuous
horizontal layers not exceeding 12" in thickness.
After side sewer relocations are completed, closed circuit television (CCTV) per Section 7-
17.3(2)H shall be performed. The Contractor may choose to run mainline camera with a side
launch. When a defect and/or visible leakage are found, the corrections shall be made at
the Contractor’s expenses.
After the side sewers are relocated, the Contractor shall provide as incidental costs to the
side sewer relocation bid items the new locations and include it in final as-built submittal.
02/19/2026
247
DIVISION 8 MISSCELLEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3(8) Street Cleaning
(Project Special Provisions, PSP)
Section 8-01.3(8) is supplemented with the following:
The Contractor shall be responsible for controlling dust and mud within the project as
incidental costs to various bid items. The Contractor shall be prepared to use watering trucks
equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and
any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the
Contractor during the execution of the work under this contract shall be maintained in a clean
condition. Any damage caused by dust and/or mud shall be the sole responsibility of the
Contractor. In no case shall sediment-laden water be allowed to enter drainage facilities
without prior filtration or sedimentation.
The roadways shall be swept daily and as needed and kept in clean condition.
All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid
items.
8-01.3(17) Protection of Existing Trees and Shrubs
(Project Special Provisions, PSP)
Add New Section 8-01.3(17) as follows:
The Contractor shall carefully protect existing trees and shrubs during the course of
construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The
Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs
may be damaged. Notify the Engineer if construction may damage trees and shrubs. The
Contractor shall not proceed with Work until directed by the Engineer.
Root Protection
Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during
the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than
3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed.
Damages for Loss or Injury to Existing Trees and Shrubs to Remain
The Contractor shall be liable for damage to trees and shrubs. In the event of injuries to the
crown, trunk or root system of existing trees and shrubs resulting from the Contractor's failure
to protect them for damage shall be deducted from the total amount due to the Contractor.
Protection of existing trees and shrubs shall be incidental costs to various bid items.
02/19/2026
248
8-02 ROADSIDE RESTORATION
8-02.3 Construction Requirements
8-02.3(1) Responsibility During Construction
(Project Special Provisions, PSP)
Section 8-02.3(1) is supplemented as follows:
All re-landscaping/re-vegetation is anticipated to begin after grading and site work is
completed. Throughout planting operations, the Contractor shall keep the premises cleans,
free of excess soils, plants, and other materials, including refuse and debris, resulting from
the work. At the end of each workday, and as each planting, re-vegetation, or re-landscaping
area is completed, it shall be neatly dressed, and all surrounding walk and paved areas shall
be cleaned to satisfaction of the Engineer. At the conclusion of work, the Contractor shall
remove surplus soils, materials, and debris from the construction site. No chemical herbicides
will be allowed unless approved in writing by the Engineer.
8-02.3(4) Topsoil
(Project Special Provisions, PSP)
The third paragraph of Section 8-02.3(4) is replaced with the following:
Topsoil of the type specified shall be evenly spread over the specified areas to the depth
shown in the plans or otherwise ordered by the Engineer. A topsoil layer shall have a
minimum organic matter content of 10% dry weight in beds, 5% organic matter content in
turf area, and a PH from 6.7 to 7.5 or matching the PH of the undisturbed soil. The topsoil
layer shall have minimum depth of 8 inches except where tree roots limit the depth of
incorporation of amendments needed to meet the criteria. Subsoils below the topsoil layer
should be scarified at least 4 inches with some incorporation of the upper material to avoid
stratified layers, where feasible.
8-02.3(4)A Topsoil Type A
(Project Special Provisions, PSP)
Section 8-02.3(4)A is supplemented with the following:
The contractor shall provide a material submittal for topsoil prior to use. Topsoil Type A shall
be obtained from a Contractor supplied source. Topsoil must be sandy loam soil,
commercially available as 3-way or 5-way topsoil or per Special Provisions 9-14.2(1).
Contractor’s use of substitute topsoil must be approved by the Engineer.
8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation
(Project Special Provisions, PSP)
Section 8-02.3(5) is supplemented with the following:
02/19/2026
249
Any additional fine grading to get a firm smooth surface in the planter areas shall be
considered incidental to and included in the unit contract price for placement and installation
of Topsoil Type A.
8-02.3(6)B Fertilizers
(Project Special Provisions, PSP)
Section 8-02.3(6)B is supplemented with the following:
Re-planting trees and shrubs shall be fertilized at a rate according to manufacturer’s
recommendations. Fertilizer tablets shall be considered an incidental cost to “Property
Restoration” bid item.
Fertilizers shall be as specified in Section 9-14.4 Fertilizer, of these Special Provisions.
8-02.3(7) Layout of Planting, Lawn and Seeding Areas
(Project Special Provisions, PSP)
Section 8-02.3(7) is supplemented as follows:
The Contractor is responsible for maintaining, protecting, and re-planting salvaged trees
and shrubs in their approximate original locations or as directed by the Engineer. The
Contractor shall stake the location of the trees or shrubs to be replanted. The Engineer shall
inspect and approve the staking prior to the Contractor planting.
The contractor shall loosen planting or shrub pit surface soils to a depth of four to six inches
(4”-6”) and scarify sides prior to planting. Sufficient topsoil shall be placed under the plants
and compacted so as to ensure that the location of the ground line at the top of the ball is
the same as the nursery.
The Contractor shall plant trees and shrubs upright and face to give the best appearance or
relationship to adjacent plants and structures, holding rigidly in position until planting
topsoil has been backfilled and tamped firmly around the ball or roots.
When the pit is backfilled halfway, place fertilizer plant tablets. Evenly space the tablet
around the perimeter of, and immediately adjacent, to the root system at a depth that is
between the middle and the bottom of the root system. Do not injure root systems. Place
and compact planting topsoil carefully to avoid injury roots and fill all voids.
When the pit is three-quarters (3/4) backfilled, completely fill with water and allow water to
soak away. Fill pits with additional soil to finish grade and continue backfilling. The
Contractor shall apply water to maintain soil conditions until seasonal rains make
supplementary watering necessary.
02/19/2026
250
8-02.3(7)A Soil Amendments
(Project Special Provisions, PSP)
Section 8-02.3(7)A is a new section:
For lawn areas, soil amendment material may be used in lieu of topsoil to improve the existing
soil subgrade. The Contractor shall cultivate the soil amendment materials into the existing
subgrade to a minimum transition depth of six (6) inches. Apply soil amendment at the rate
of 0.1 cubic yards per square yard (~4” deep) of lawn area.
8-02.3(10) Lawn Installation
8-02.3(10)C Lawn Establishment
(Project Special Provisions, PSP)
Section 8-02.3(10)C is deleted and superseded with the following:
8-02.3(10)C1 Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for the
survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and
orderly fashion until Final Acceptance of the project by the City. The Contractor will be held
responsible for all damage or loss caused by his inattention or carelessness. The Contractor
shall repair damage caused by traffic, vandalism, weather or other outside causes.
8-02.3(10)C2 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will
extend to Substantial Completion or Final Acceptance by the City of landscape work,
whichever is later. Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of the
plant in a healthy position.
2. Lawns shall be fertilized every six weeks from March through September per
Grower’s written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All
grass clippings shall be removed from the site. Maximum height of lawn shall not
exceed three inches.
4. Protect all lawn areas against damage, including erosion and trespassing, by
providing and maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on
a regular basis, at least weekly or more often where necessary. This will include leaf
fall control in Fall period. Policing paper and litter in all areas shall be conducted at
least weekly. During the Fall period leaves, windblown into gutters and catch basins,
are considered as litter and shall be removed as debris.
02/19/2026
251
8-02.3(10)C3 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in healthy condition for a period
of one year from the date of Final Acceptance.
8-02.3(10)C4 Final Acceptance
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a
uniform grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection of
the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final
Acceptance of the new turf areas which are the responsibility of the Contractor will be
contingent upon Final Acceptance of the entire project or at the determination of the City if
earlier than Final Acceptance of the entire project.
8-02.3(11)B Bark or Wood Chip Mulch
(Project Special Provisions, PSP)
Section 8-02.3(11) B is supplemented as follows:
Wood Mulch
Wood mulch shall be wood chips or hog fuel. The Contractor shall provide the Engineer with
1 cubic foot sample of the mulch product for approval prior to placing the mulch. Mulch
products, which contain too much bark, dirt, rock, leaves, needles, weeds, deleterious debris,
etc. in the opinion of the Engineer shall be rejected. Beauty bark or bark mulch is not an
acceptable material for wood mulch. Any litter or trash that is present in the disturbed wood
must be handpicked and disposed of properly.
Wood mulch shall be placed over disturbed areas to a depth no greater than three (3) inches
or not less than two (2) inches. The soil shall not be visible through the wood mulch. The
Contractor shall thoroughly water and hose down plants with a fine spray to wash the leaves
of the plants immediately after application.
Bark Mulch
Bark mulch shall be commercially available fir/hemlock bark mulch, medium grade. The
Contractor shall provide the Engineer with 1 cubic foot sample of the mulch product for
approval prior to placing the mulch. Mulch products, which contain too much bark, dirt, rock,
leaves, needles, weeds, deleterious debris, etc. in the opinion of the Engineer shall be
rejected. Beauty bark or bark mulch is not an acceptable material for wood mulch. Any litter
or trash that is present in the disturbed wood must be handpicked and disposed of properly.
Bark mulch shall be placed over disturbed areas to a depth no greater than three (3) inches
or not less than two (2) inches. The soil shall not be visible through the wood mulch. The
Contractor shall thoroughly water and hose down plants with a fine spray to wash the leaves
of the plants immediately after application.
02/19/2026
252
8-02.6 Property Restoration
(Project Special Provisions, PSP)
Section 8-02.6 is a new section as follows:
Property restoration shall consist of furnishing installing, and placing fine grading adjacent
landscaped areas as directed, salvaging and re-planting trees and shrubs, planting new
trees, shrubs, and understory as shown on the Plans or as directed by the Engineer, seeding,
sodding, fertilizing, mulching, placing topsoil or soil amendment, watering, excavation,
hauling, disposal and clean up. The size and species of re-planting-tree and shrub materials
shall be the same sizes and types that were removed or damaged by Contractor’s
construction activities.
The intent of this work is to restore all areas disturbed by the Contractor’s construction
activities to their original or better conditions as set forth herein.
Bark areas shall be restored by furnishing and placing topsoil and bark, bringing the
disturbed areas back to their original conditions. Topsoil shall be Type A and bark mulch
shall be medium grade fir or hemlock.
Grass areas (not being mowed or maintained regularly) shall be restored with sod or seed as
set forth on the Plans or special provisions. Sod shall be required if the restoration work
takes place outside of the period of seeding.
Turf/lawn areas shall be restored with topsoil, fertilizer, and sod. Damaged sod shall be
removed and trimmed square to the nearest whole width of the replacement sod to
provide a neat, squared patch. Topsoil shall be rolled to provide a firm based upon which to
install the sod. Rolling is intended to prevent settlement after sod placement. The
replacement sod shall conform to the grade and contour of the adjacent existing sod.
The cost of excavating and removing all excess materials and debris shall be incidental to or
included in “Property Restoration” bid item as set forth on the Proposed/Construction
Contract.
Prior to sod or lawn seed replacement, the Contractor shall place a 8-inch layer of Topsoil
Type A on all lawn areas. In lieu of topsoil, Contractor may use soil amendment or compost
to improve the existing soil conditions. Contractor shall till topsoil, soil amendment, or
compost materials into the existing subgrade to a minimum transition depth of six (6)
inches. Granular fertilizer shall be applied over the prepared areas using broadcast
spreader, which uniformly distributes the granules over a wide area. Hand casting fertilizer
shall not be allowed.
The Contractor is responsible for maintaining, protecting, and re-planting salvaged trees and
shrubs in their approximate original locations or as directed by the Engineer.
Measurement and payment including furnishing labors, equipment, and materials for
“Property Restoration” bid item will be measured by lump sum bid unit price in the
Proposal/Contract Documents.
02/19/2026
253
8-03 IRRIGATION SYSTEM
8-03.3 Construction Requirements
8-03.3(1) General Requirements
(Project Special Provisions, PSP)
Section 8-03.3(1) is supplemented as follows:
The existing irrigation system and its approximate locations are not shown in the Plans.
Before beginning construction, the Contractor shall locate, field-verify, and assess the
operational condition of the existing irrigation system. The Contractor shall take all necessary
precautions to protect the system during construction.
If any part of the existing irrigation system—including piping—is damaged, the Contractor
shall be responsible for all repairs or replacements required to restore it to its original
condition at no additional cost to the City.
8-05 PRE-CONSTRUCTION PHOTOGRAPHS
(Project Special Provisions, PSP)
Section 8-05 is a new section:
8-05.1 Materials
The photographs shall be in digital .pdf format, labeled by project station. The Contractor
shall provide one CD or thumb drive (s) to the Engineer with the entire catalog of pre-
construction photographs.
8-05.2 Construction Requirements
Before commencing any construction work, the Contractor shall provide photographs of pre-
existing conditions of the area that will be disturbed during construction operations for the
Engineer. These photographs will help document the condition of existing conditions and
landscaping and help determine the level of restoration required. A minimum of 250 Photos
is required. Photographs shall be obtained as follows:
• At each existing paved driveway and at each 50-foot station intervals along the route
of the storm and water main installation.
• In the areas with extensive improvements.
• In easements, steep slopes, landscaped areas and other off right-of-way locations: 50-
foot station intervals up and down station.
• In the paved right-of-way, paved sidewalks, and parking lots 50-foot station intervals.
• Additional locations as necessary to fully document site conditions.
• Any other location as directed by the Engineer.
02/19/2026
254
Each photo shall be marked with identification showing street location, approx. stationing,
date taken, and view direction. The complete files of all photographs shall be delivered to the
Engineer prior to the beginning of construction.
8-05.3 Payment
All costs to provide pre-construction photographs shall be incidental to and included in the
price bid for “Mobilization & Demonization”
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8-06.1 Description
(Project Special Provisions, PSP)
Section 8-06.1 is supplemented as follows:
The work shall consist of removing, hauling, and disposing of existing cement concrete
driveway and waste and unsuitable materials, furnishing, installing, and placing rebars, new
cement concrete driveway located at 1333 Monroe Ave NE with the approx. dimensions as
shown on the Plans.
The cement concrete driveway shall be class 4,000, mechanically mixed, and shall conform
to Section 6-02.3(2)B Commercial Concrete of Standard Specifications with minimum
strength at 28-days of 4,000 psi.
The cement concrete driveway shall match existing configuration and finish, including
exposed aggregate finishes. Minimum 6” thickness of CSTC shall be placed on the top of
native material and under rebars. CSTC shall be compacted with 90% dry density per ASTM
D-1557. Damaged portions of existing residential concrete driveways shall be removed to
the nearest expansion joint(s), or as directed by the Engineer. Soils disturbed during existing
concrete driveway removals shall be leveled and re-compacted to minimum 90% dry
density per ASTM D-1557.
The installation of cement concrete driveway shall be planned, sequenced, and performed
in such a manner that the time duration between start and damage to the existing cement
concrete driveway and the replacement shall be the absolute minimum time necessary to
perform the work. The Engineer may direct that steel plats be temporarily placed as
incidental cost or that other measures be implemented to minimize the time the residential
driveway is inaccessible to vehicular traffic.
8-06.5 Payment
(Project Special Provisions, PSP)
Section -06.5 is supplemented as follows:
Payment including furnishing labors, equipment, and materials for excavating hauling,
removing, and disposing of existing cement concrete driveway, waste and unsuitable
materials, and furnishing, placing, compacting of rebars and new cement concrete driveway
will be under bid item “Cement Concrete Driveway” per square yard of finished surface.
02/19/2026
255
8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.1 Description
(Project Special Provisions, PSP)
Revise the first paragraph to read:
This work consists of furnishing all materials, labors, equipment, hauling, disposal of waste
materials necessary to remove existing chain link fences, trees, brushes, stumps, rocks,
debris, and other obstructions, posts, top rails, brace rails, gate posts, concrete post bases,
slats, 3 strand barbed wires, and appurtenances and to install new chain link fences (2”
woven wire diamond mesh), posts, top rails, brace rails, gate posts matching existing
heights, concrete post bases, 3 strand barbed wires matching existing vertical spacings, slats
matching existing heights, and appurtenances resulting from the project construction
activities and/or improvements.
The work shall also include furnishing labor, equipment, and material, hauling, and disposal
of waste materials to remove the existing chain link gate post at the front of reservoir,
install new chain link gate post, and re-install the existing chain link gate to the new gate
post.
Chain link fence shall be of 2” diamond woven wire mesh mounted on required posts. All
materials used in the construction of chain link fence and posts shall be new and match
existing color and heights. The slat color shall match that of the existing ones.
8-12.2 Materials
(Project Special Provisions, PSP)
Replace this section as follows:
Unless other specified in these special provisions, standard materials used in construction
of chain link fence shall be in accordance with WSDOT Standard Specifications Section 9-
16.1.
Fencing Materials shall meet the following specifications:
Fabric
9-gauge galvanized steel fabric with bonded vinyl coating. All posts, brace rails, and top
rails, shall be painted or coated the same color as vinyl chain link fence.
Post, Frame, and Rail
Post, frame, and rail shall be high strength schedule 80 galvanized pipe with the following
specifications.
02/19/2026
256
Slats
The standard specification section 9-16.6(7)B is supplemented as follows
The chain link fence slat shall work with a mesh size of 2”. The slats shall be flat and tubular
in shape with circular, notched-out holes located near the top of the slat. The slat length
shall be approximately 3.5” shorter than overall height of fence. The color of plastic slats
shall match the existing color.
Post Footing Concrete
Post footing concrete shall be ready mix concrete with a commercial concrete grade with
min. 28-day comprehensive strength of 3,000 psi.
8-12.3 Construction Requirements
(Project Special Provisions, PSP)
Supplement this section with the following:
Clearing Fence Line
Trees, brushes, stumps, rocks, debris, and other obstructions would interfere with the
proper construction of the fence in the required location which shall be removed by a
minimum width of 2 feet and/or as directed by the Engineer on each side of the fence
centerline before starting fencing operations. The trees located outside of the existing
wooden fence toward the streets may not be removed unless directed by the Engineer.
Refill holes remaining after post and stump removal with suitable soil, gravel, or other
materials acceptable to the engineer and compact it properly with tampers.
The start and end point of the chain link fence installation will be from post to post of the
disturbed existing fencing or as directed by the Engineer. The cost of removing and
disposing of the material and refilling holes and materials shall be considered incidental. No
additional payment will be made
Installing Posts
All posts shall be spaced no more than 10 feet apart measured from center to center of
posts and shall be set a minimum of 1.5 feet or 3 feet in concrete footing as specified in the
02/19/2026
257
standard plans in this bid document. Corner post shall be installed when there is a change in
horizontal or vertical direction of 30 degrees or more.
The concrete shall be thoroughly compacted around the posts by tamping or vibrating and
shall have a smooth finish slightly higher than the ground and sloped to drain away from the
posts.
All posts shall be set plumb and to the required grade and alignment. No materials shall be
installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the
individual post footing is completed.
Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches
larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After
the posts are set, the remainder of the drilled hole shall be filled with grout, composed of
one part Portland cement and two parts mortar sand. Any remaining space above the rock
shall be filled with concrete in the manner described above.
The posts shall have the concrete post base min. 10” diameter with the depth from finished
grads to the bottom of concrete post base 3 feet. The posts shall have min. 2.5 feet from
finished grade into the concrete poste base.
In lieu of drilling, the rock may be excavated to the required footing depth. No extra
compensation shall be made for rock excavation.
Installing Top Rails
The top rail shall be continuous and shall pass through the post tops. The coupling used to
join the top rail lengths shall allow for expansion.
Installing Braces
The brace rail shall be installed at the height of approximately 4 feet from the existing
ground level and over each fabric connection to the end, corner, gate and/or terminal post.
Installing Fabric
The wire fabric shall be firmly attached to the posts and braced in the manner shown on the
plans. All wires shall be stretched taut and shall be installed. The fence shall generally follow
the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more
than 4 inches from the ground surface. Grading shall be performed where necessary to
provide a neat appearance.
At locations where it is not practical to have the fence conform to the general contour of
the ground surface, longer posts may be used.
Reinstalling Existing Chain Link Gates
The existing chain link gate post shall be removed, a new gate post installed, and the
existing chain link gate reattached to the new post.
02/19/2026
258
Wire Ties and Hog Rings.
Along the top and bottom, using wire ties and hog rings, fasten the chain link fence fabric to
the top rail and tension wire within the limits of the first full fabric weave.
8-12.4 Measurement
(Project Special Provisions, PSP)
Replace the section with the following:
The work described in this section 8-12 will be measured per lump sum (LS) including
removing, hauling, and disposing of existing waste materials, chain fence and its
appurtenance and furnishing chain link fabric, top rail, tie wire, barbed wires, posts, hog
rings, concrete post base, slats, and miscellaneous materials/fittings necessary for the
complete installation of the new chain link fence.
8-12.5 Payment
(Project Special Provisions, PSP)
Revise this section to read:
The payment of chain link fence and barbed wire installation or replacement and other
work described in this section 8-12 will be paid per lump sum (LS) unit bid price and
included in bid item “Property Restoration”, which shall constitute full compensation for
furnishing all materials, labor, equipment, hauling, excavation, removal, and disposal of
waste material necessary to complete the work.
8-13 MONUMENT CASES
8-13.1 Description
(Project Special Provisions, PSP)
Section 8-13.1 is revised and supplemented as follows:
This Work shall consist of furnishing and placing monument cases and covers disturbed by
the contractor’s construction activities in accordance with the Standard Plans, as set forth in
these specifications, in conformity with the lines and locations shown in the Contract Plans
or as directed by the Engineer or by the Contractor Supplied Surveyor.
8-13.3 Construction Requirements
(Project Special Provisions, PSP)
Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Contractor supplied Surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible
for assuring that a registered professional surveyor references the existing monuments prior
to construction. After construction is complete, the monuments shall be re-established by
02/19/2026
259
the registered professional surveyor in accordance with RCW58.09.130. All surveying shall
be in accordance with Section 1-11 of these Special Provisions.
8.13.3(2) Adjust Monument Case and Cover
(Project Special Provisions, PSP)
Section 8-13.3(2) is supplemented with the following:
Where shown in the Plans or where directed by the Engineer, the existing monument case
and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing monument shall be carefully protected so as not to disturb its location in any
way.
The monument case and cover shall be adjusted either by removing and resetting the case,
or by installing riser rings between the case and cover.
Prior to planing operations, if any, the Contractor shall vertically adjust the monument case
and cover below the limits for planing bituminous pavement. After paving operations are
complete, the Contractor shall vertically adjust the monument case and cover to finished
grade as shown in City of Renton Standard Plan H031. The patch material used around the
monument case and cover shall be the same as the adjacent pavement. The Contractor shall
be responsible for referencing the location of the monument case and cover for locating after
paving is complete. The adjusted elevation of the cover shall be one-fourth inch (1/4") to one-
half inch (1/2") below the level of the finished pavement. The case and cover shall be cleaned
prior to being reset.
The Contractor shall use care to avoid disturbing the monument inside the monument case.
Any damage or disturbance to the monument because of the Contractor’s operations shall
be repaired and reset to its original position at no cost to the Contracting Agency.
If no bid item “Adjust Monument and Cover” appears in the proposal including labors,
equipment, and material costs, then all Work required by these sections shall be considered
incidental and their cost shall be included in various bid items of Work.
8-13.3(2)C Re-establishment of Disturbed Monument
(Project Special Provisions, PSP)
Section 8-13.3(2) is a new section as follows:
The registered professional land surveyor who has been engaged by the Contractor for the
purposes of roadway surveying shall be responsible for perpetuating and documenting
existing monuments in compliance with the Application for Permit to Destroy a Survey
Monument (WAC 332-120). Upon completion of the roadway surface, the destroyed and
new proposed monuments positions shall be set and referenced by the Contractor. The
Contractor shall then drill and core out the monument position, install the poured monument
and place a blank brass monument centered in the cored position. The Contractor will then
mark the referenced position and file a completion report for Monument Removal or
02/19/2026
260
Destruction with DNR, as applicable for pre-existing monuments. Following approval by the
Public Land Survey Offices, copies of the Application for Permit shall be forwarded to the
Contracting Agency.
All surveying shall be in accordance with Section 1-11 of these Special Provisions.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3 Construction Requirements
(Project Special Provisions, PSP)
Section 8-14.3 is supplemented as follows:
The Contractor may request a pre-meeting with the Engineer to be held 2 to 5 working days
before any work can start on cement concrete sidewalks, curb and gutter replacements or
other pedestrian access routes to discuss construction requirements. Those attending shall
include:
1. The Prime Contractor and Subcontractor in charge of constructing forms, placing, and
finishing the cement concrete.
2. Project Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb and gutter or pedestrian access route Work.
Items to be discussed in this meeting may include, at a minimum, the following:
1. Slopes shown on STD. Plans.
2. Inspection.
3. Traffic control.
4. Pedestrian control, access routes and delineation.
5. Accommodating utilities.
6. Form work.
7. Cold Weather Protection.
8-14.3(4) Curing
(Project Special Provisions, PSP)
Section 8-14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be used
on sidewalks. The curing agent shall be applied immediately after brushing and be
maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering considered
incidental to various bid items, such as waterproof paper or plastic membrane, to cover the
pour of an entire day in the event of rain or other unsuitable weather. During the curing
period, all traffic, both pedestrian and vehicle, shall be excluded. Vehicular traffic shall be
excluded for such additional time as the Engineer may specify.
02/19/2026
261
The Contractor shall be responsible for furnishing, installing, and removing barricades,
patrols, or otherwise protecting the newly placed concrete as incidental to various bid items
to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be
removed and replaced at the expense of the Contractor.
8-14.3(6) Cold Weather Work
(Project Special Provisions, PSP)
Section 8-14.3(6) is a new sub-section:
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 placements 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 subgrade repaired as determined by the Engineer.
8-18 MAILBOX SUPPORT
8-18.3 Construction Requirements
(Project Special Provisions, PSP)
Section 8-18.3 is supplemented by the following:
Existing mailboxes shall be protected during project construction. If they are damaged due to
construction activities, the Contractor shall replace them in kind. All cost associated with
damaged mailbox replacement shall be the responsibility of the Contractor.
8-19 ADJUST GAS VALVE BOXES
(Project Special Provisions, PSP)
Section 8-19 is a new section as follows:
8-19.1 Description
The work shall consist of furnishing labor, equipment, materials to adjust existing gas valves
affected by construction work or a pavement overlay to finished grade.
8-19.2 Construction Requirements
The existing gas valve boxes shall be adjusted as necessary to finish grades after the finished
grades have been established or the asphalt concrete paving operations have completed. The
Contractor shall adjust the existing gas valve boxes with cast iron extension as required.
02/19/2026
262
The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the
cut shall be 1 foot from the outside edge of the valve boxes frame. The base materials and
subgrade shall be removed. The valve box frame shall be reset to finished grade, plumb to
the roadway, and remain operational and accessible. Commercial class concrete shall be
placed in the entire void up to within but not to exceed 2 inches of the finished grade.
Twenty-four hours after the placement of the concrete, or as directed by the Engineer, the
edge of the removed asphalt pavement, the concrete surface, and the outer edge of the reset
frame shall be painted with asphalt for tack coat. Hot mix asphalt shall be placed and properly
compacted to finished grade. The hot mix asphalt shall meet Section 5-04 of Specifications.
The joint between the patch and existing pavement shall then be painted with asphalt for
tack coat and immediately covered with dry paving sand before the asphalt for tack coat
solidifies.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT, TRANSPORTATION
SYSTEMS, AND ELECTRICAL
8-20.1 Description
(Project Special Provisions, PSP)
Section 8-20.1 is replaced as follows:
The Contractor shall furnish labors, equipment, materials as necessary to install 3” diameter
of schedule 80 PVC conduit and to install Nylon Pull Cord, electrical warning tape, junction
boxes, and small cable vault.
8-20.1(3) Permitting and Inspections
(Project Special Provisions, PSP)
Section 8-20.1(3) is supplemented with the following:
The installation of 3" Schedule 80 PVC conduits, junction boxes, small cable boxes, and
other electrical appurtenances for this project shall be performed under or by a licensed
electrician registered in the State of Washington.
8-20.1(4) Errors and Omissions
(Project Special Provisions, PSP)
Section 8-20.1(4) is added as follows:
The Contractor shall immediately notify the Engineer upon discovery of any errors or
omissions in the Contract Documents, in the layout as given by survey points and
instructions, or of any discrepancy between the Contract Documents and the physical
conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and
advise the Contractor accordingly. Any work done after such discovery without
authorization by the Engineer will be done at the Contractor’s risk.
02/19/2026
263
8-20.3(5) Conduit
8-20.3(5)A General
(Project Special Provisions, PSP)
Section 8-20.3(5)A is supplemented with the following:
Plans
The layout of the proposed conduits, junction boxes and a small cable vault shown on the
plans is approximate. The layout shall be adjusted as necessary to avoid conflict with other
utilities, both existing and to be constructed under this Contract. The Contracting Agency
reserves the right to adjust these locations as necessary to accommodate existing or newly
installed utilities at no additional cost to the Contracting Agency.
8-20.3(5)B Conduit Type
(Project Special Provisions, PSP)
Section 8-20.3(5)B is supplemented with the following:
All conduits shall be PVC Schedule 80 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.
All joints shall be made with strict compliance with 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.
The pull cords for fiber conduits shall be Herculine P2500T 3/4" polyester pull tape or
approved equal. The pull cords shall have a tensile strength of at least 2,500 lbs., a 5-foot
tail at each end, and a solid copper wire woven directly into the pulling tape for
underground detection.
8-20.3(5)E Method of Conduit Installation
8-20.3(5)E1 Open Trenching
Section 8-20.3(5)E1 is supplemented with the following:
02/19/2026
264
The Contractor shall provide trenching as specified herein, regardless of the material
encountered, as necessary for complete and proper installation of the conduits. 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 provide a uniform grade, with width and depth as specified herein. All trenches
for placement of conduit shall be straight and as narrow in width as practical to provide
minimal 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 material shall be per detail plans. Hauling and disposal of un-used excavation
material shall be incidental to the cost of the conduit installation. The compaction
requirements for the roadway backfill shall apply.
Saw Cut for Trench
Trenches in all paved areas shall be sawcut. The saw cuts shall be up to 23-inch
depth and shall be parallel. Thoroughly clean saw cuts where necessary using high
pressure water (1,400 psi or greater). All wastewaters 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. Damaged pavement outside of the saw cut shall require the Contractor to saw cut a
clean edge around the damaged pavement and remove the damaged pavement up to the
new saw cut line at no additional cost to the City.
Trench Depth
Conduit shall have 36 inches of cover from finished grade minimum. Trench depth shall
extend a minimum of three inches below the bottom of the conduit, per the Contract Plans.
Any changes to required trench dimensions must be approved by the City and Engineer.
Trench Width
The trench width shall be per construction plans.
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.
02/19/2026
265
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 associated with the removal and replacement of
existing curb gutter and sidewalk will be in other bid items.
8-20.3(6) Junction Boxes, Cable Boxes, and Pull Boxes
(Project Special Provisions, PSP)
Section 8-20.3(6) is supplemented as follows:
All junction boxes and associated concrete pads shall be installed on compacted subgrade,
which shall include 6 inches of 5/8” minus CSTC material installed under and around the
base of the junction box. The junction box shall include the installation of a 4” thick class
“B” cement concrete 12” minimum width 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
inches below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum
of 1/16 inch positive camber. Pre-molded joint filter for expansion joints shall be placed
around junction installed in sidewalks. All junction boxes placed in the sidewalks shall have
skid resistant lids and frames.
Junction boxes shall have galvanized steel locking lids and frames.
Small Cable Vaults
Small cable vaults shall be installed in accordance with the following:
• All openings around conduits shall be sealed and filled with grout to prevent water
and debris from entering the vaults or pull boxes. The grout shall meet the
specifications of the small cable vault manufacturers.
• Backfilling around the work shall not be allowed until the concrete or mortar has set.
• Upon acceptance of work, small cable vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable installation.
• Small cable vaults shall be adjusted to final grade using riser or rings manufactured
by the small cable vault and pull box manufacturer. Small cable vaults with traffic
veering lids shall be raised to final grade using risers to raise the cover only.
• Small cable vaults shall be installed at the approximate location showing on the
Plans. Verify exact location with the Engineer in the field.
• 3” PVC conduit requires to be extended 2-inches within the small cable vault walls.
At the 2-inch mark, the excess conduit on the existing structure shall be removed
and all cables exposed.
• The floor shall be installed on 6-inches of CSTC per Standard Specifications Section 9-
03.9(3). If a small cable vault is installed outside of a paved area, an asphalt pad shall
be constructed surrounding the small cable vault.
02/19/2026
266
• All mounting equipment shall be included with the small cable vault.
Excavation
Underground utilities of record may be shown on the Plans insofar as information is
available. These, 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.
Structure excavation necessary to install conduits, a small cable vault, junction boxes, and
other appurtenances shall be incidental to various bid items. The excavations required shall
be performed in a manner to cause the least possible disturbance to the streets, sidewalks,
and other improvements. The trenches shall not be excavated wider and/or deeper than
necessary. The materials from the excavation shall be placed, where the least interference
to vehicular and pedestrian traffic, and to surface drainage, will occur.
Sawcutting and pavement removal, hauling, and disposal of waste and unsuitable materials
for the installation of conduits, a small cable vault, and junction boxes shall be considered
incidental to the various bid items.
Foundation bedding, Pipe zone bedding and shoring for the installation of conduit pipes, a
small cable vault, and junction boxes shall be considered incidental to various bid items.
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry
density as determined by the modified Proctor compaction test, ASTM D1557. This includes
the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall
not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches
from 4 feet below grade to the base of the subgrade. The Engineer may be on site to collect
soil samples and to test compaction. Areas of the trench that fail to meet the compaction
requirements shall have the backfill removed, replaced, and recompacted at the
Contractor’s expense.
The Contractor shall be responsible for any settlement of backfill, subbase, 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 Contractor’s expense.
Backfill in unpaved areas shall be compacted to at least 90 percent of maximum dry density.
As determined by the modified Proctor compaction test, ASTM D 1557.
8-20.4 Measurement
(Project Special Provisions, PSP)
Section 8-20.4 is supplemented as follows:
Measurements for conduit, junction box, and small cable vault installations, as well as the
unit prices for all work described in Section 8-20, shall be in accordance with Section 1-
09.14 and shall conform to the Contract Documents.
8-20.5 Payment
(Project Special Provisions, PSP)
02/19/2026
267
Section 8-20.5 is supplemented as follows:
Payment for conduit, junction box, and small cable vault installations, including associated
unit prices, shall be in accordance with Section 1-09.14 and shall constitute full
compensation for all labor, materials, equipment, and hauling necessary to complete the
work.
8-22 PAVEMENT MARKING
8-22.1 Description
(Project Special Provisions, PSP)
Section 8-22.1 is supplemented with the following:
Paving markings shall conform to Section 8-22 of the Standard Specification, the latest
edition and amendments thereto of the Manual on Uniform Traffic Control Devices
(MUTCD) as adopted by the State of Washington and City of Renton and shall be installed as
shown in the Plans except as modified herein.
Pavement markings shall also 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-3.10-4 LEFT TURN CHANNELIZATION
M-3.20-03 LEFT-TURN CHANNELIZATION REDUCED TAPERS
M-3.30-04 LEFT-TURN CHANNELIZATION TEE INTERSECTION AND BACK-TO-BACK
TURN LANES
M-3.40-04 TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION
M-3.50-03 DOUBLE LEFT TURN CHANNELIZATION
M-5.10-03 RIGHT TURN CHANNELIZATION
M-9.50-02 BICYCLE LANE SYMBOL LAYOUT
M-9.60-00 SHARED - USE PATH MARKINGS
M-11.10-03 RAILROAD CROSSING LAYOUT
M-12.10-02 ROUNDABOUT PAVEMENT MARKINGS
M-20.10-04 LONGITUDINAL MARKING PATTERNS
M-20.30-04 LONGITUDINAL MARKING SUPPLEMENT WITH RAISED PAVEMENT
MARKERS
M-20.20-02 PROFILED AND EMBOSSED PLASTIC LINES
M-24.20-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS
M-24.40-02 SYMBOL MARKINGS ~ TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS
M-24.60-04 SYMBOL MARKINGS MISCELLANEOUS
M-80.30-00 TRAFFIC LETTERS AND NUMBERALS (LOW SPEED ROADWAYS)
02/19/2026
268
8-22.2 Materials
(Project Special Provisions, PSP)
Section 8-22.2 is supplemented with the following:
Plastic pavement marking materials shall be type A-liquid hot applied thermoplastic unless
indicated otherwise in the Contract Documents.
Patents
The Contractor shall assume all costs associated with the use of any patented materials,
equipment, devices, or processes incorporated into the work. The Contractor shall
indemnify and hold harmless the Contracting Agency and its authorized representatives
from all suits, claims, or actions arising from the use of such patented items.
Acceptance
The Contractor shall be responsible for supplying materials that meet a foretasted material
and testing requirements. The Contractor shall supply certification that the pavement
marking material meet the project specifications.
8-22.3 Construction Requirements
(Project Special Provisions, PSP)
Section 8-22.3 is supplemented with the following:
In addition to the requirements of Section 8-22.3(2) and 8-22.3(3), the application and
surface preparation shall conform to the manufacturer’s recommendations.
In all cases, the product manufacturer’s recommended application procedures shall be
adhered to. When no such procedures have been published, workmanship shall be
governed by these special provisions and standard specifications.
After cleaning of the areas to receive pavement markings, the areas shall pass inspection of
the Engineer prior to application of the material or the primer coat.
Reflectorized beading as stated in Section 8-22.3(3) of the Standard Specifications shall be
provided with all pavement markings.
Contractor shall notify the Engineer and request approval of the pre-mark channelization at
least 48 hours prior to placement of pavement markings.
Thermal plastic on Asphalt Pavement shall contain 3M 50/50 wet/dry elements.
Temperatures need to be above 40-degree Fahrenheit and dry for a minimum of 48 hours
before any markings can be applied.
If the pavement marking is being applied to concrete, the Contractor shall grind off the
existing pavement marking and overlay with MMA. If the pavement marking is applied to
asphalt, the Contractor shall overlay with thermal plastic.
02/19/2026
269
8-22.3(6) Removal of Pavement Markings
(Project Special Provisions, PSP)
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 as an incidental cost
prior to overlaying the roadway surface.
All conflicting channelization shall be removed as necessary by sand blasting to install
temporary pavement markings or after the final channelization has been installed.
Removal of existing pavement markings shall be conducted using such methods to prevent
damage to the remaining pavement. The use of chemicals that may be harmful to the
pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's
expenses.
8-22.4 Measurement
(Project Special Provisions, PSP)
Section 8-22.4 is supplemented with the following:
Removal of existing pavement markings within the project limits shall be measured and will
be paid in under “Remove and Replace Pavement Markings” Bid Item in lump sum bid unit
price.
8—23 TEMPORARY PAVEMENT MARKINGS
8-23.2 Materials
(Project Special Provisions, PSP)
Section 8-23.2 is supplemented as follows:
Materials for temporary pavement markings shall be reflective taps approved by WSDOT for
such use. A letter of approval from WSDOT shall be submitted to the Engineer prior to using
the tape.
8-23-3 Construction requirements
8-23.3(1) General
(Project Special Provisions, PSP)
Section 8-23.3(1) is supplemented with the following:
Temporary pavement markings shall be furnished, installed, maintained, and removed by
the Contractor whenever 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
02/19/2026
270
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 various bid items. All costs for paint
lines and reflective pavement markers used for traffic control shall be paid under
“Temporary Traffic Control” bid items.
8—32 PROJECT SIGNAGE
(Project Special Provisions, PSP)
Section 8-32 is a new section as follows:
8-32.1 Description
The work shall include furnishing, installing, and maintaining project signage meeting the
specifications for duration of the project. Signage removal and disposal of are required
upon the project completion. Signs shall be clearly displayed.
• The Project Name, CIP Number [WTR-27-3888].
• City of Renton and Department.
• Name, phone number, and email address of the City’s Project Manager.
• City of Renton’s logo.
• Schedule [Month/Year to Month/Year]
• Contractor [Name and Phone number].
8-32.2 Materials
• Signs shall be engineer-grade retroreflective (ASTM D 4956).
• 4’ x 8’ ½” Exterior Plywood (Smooth both sides) with 2”x4” diagonal brace (typ.).
02/19/2026
271
• Painting. The face and edges of the ½” plywood sign board shall have one prime coat
and two coats of exterior enamel. The posts, braces and back of sign board shall
have one coat of primer and exterior enamel. The background color is white.
• Letter Types. The letter type shall be solid helvetica medium except for the logo,
which will be provided by the City. All letters and numbers will be black.
• Letter size. 4” letters are ½” wide; 3” letters are 3/8” width; 2” letters are ¼” wide.
• Vertical post shall be 4”x4”x14’ treated (typ.)
8-32.3 Construction Requirements
Mounting height shall be a minimum of 7 feet from the bottom of the sign to the existing
ground level. The depth of vertical posts shall be minimum 3 feet below existing ground
level. All signs shall be mounted on new posts. Posts shall be supported by 2 ½” x 36” heavy
duty anchor. The edge of each exterior plywood shall be approximately 1 foot.
One project signage shall be installed near Edmonds Ave NE Intersection. One project
signage shall be installed at the front of the reservoir. The actual signage installed locations
will be directed by the Engineer.
8-32.4 Measurement
Project signage will be measured by each, which will include complete compensation for all
labor, equipment, materials, tools, hauls, disposals, and other incidental costs as necessary
to furnish, install, remove, and dispose of.
8-32.4 Payment
Payment will be made for each.
02/19/2026
272
DIVISION 9 MATERIALS
9-03 AGGREGATES
9-03.8 Aggregates for Hot Mix Asphalt
9-03.8(7) HMA Tolerances and Adjustments
(Project Special Provisions, PSP)
Item 1 is deleted and replaced with:
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A,
the constituents of the mixture at the time of acceptance shall conform to the
following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1”, ¾”, ½”, and 3/8” sieves ±6% ±8%
U.S. No. 4 sieve ±6% ±8%
U.S. No. 8 sieve ±6% ±8%
U.S. No. 16 sieve ±4% ±6%
U.S. No. 30 sieve ±4% ±6%
U.S. No. 50 sieve ±4% ±6%
U.S. No. 100 sieve ±3% ±5%
U.S. No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5% below minimum value in 9-03.8(2)
VFA minimum and maximum as listed in 9-03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control point’s section, except
the tolerance limits for sieves designated as 100% passing will be 99-100.
02/19/2026
273
9-03.22 Controlled Density Fill (Pipe Abandonment)
(Project Special Provisions, PSP)
Section 9-03.22 is a new section as follows:
Description
When shown in the Plans or directed by the Engineer, 12” in diameter of the existing storm
pipes and AC Water Mains shall be filled entirely with Flowable Control Density Fill (CDF) after
new water main and/or storm water pipe system have been successfully installed and are in
full operation for more than 24 hours. The existing pipe systems that are cut and removed
from the trenches must be properly disposed of after filling the existing pipe system with CDF.
The Contractor shall prepare, submit, and re-submit to the Engineer the CDF work plan as
incidental costs in writing showing how the work will be performed prior to commencing
work.
Materials
Controlled Density Fill (Pipe Abandonment) shall be per the following mix or equal.
Construction Requirements
Contractor shall fill existing 12” AC water mains and 12” storm pipes as shown in Plans that
are to be abandoned with CDF after the pipe replacements have been in successful operations
for at least 24 hours.
Contractor shall determine the quantity and location and of the access points needed to fully
fill and abandoned the pipe with CDF, including intermediate points and manholes or inlets.
Contractor shall first seal both ends to prevent future water flow, then fill the pipe with
flowable fill concrete (CDF) from one end by pouring flowable fill (CDF) directly to the pipe,
ensuring it is full to crown. For long pipes, Contractor may use a grout pump to push the
material through the entire length of the pipe. Grout tubes can be used at the end and at
intermediate points to help fill the entire pipe and allow air to escape. At each end of the pipe
section to be abandoned, Contractor shall install a bulkhead made of brick or concrete or use
02/19/2026
274
a manufactured pipe plug.
Contractor shall supply and install temporary blow offs, etc. as necessary for abandonment of
existing 12” AC water mains as incidental costs to various bid items to ensure abandoned 12”
AC water mains and/or 12” storm pipes are minimum 95% filled with CDF. The work shall
include furnishing and installing materials necessary and other required works as described
in bid description Section 1-09.14 at connecting points to facilitate filling abandoned 12” AC
water mains and/or 12” storm pipes with CDF. If the connection or abandonment of the
existing pipes require any existing pipes to be removed from the trench, then such pipe shall
be properly removed and disposed of it legally and safely.
Contractor shall be responsible for all damage caused by blowouts, escape of excess CDF, or
any other contractor operations resulting in damage during the CDF filling of the existing
pipes.
The Plans do not show all access points or intermediate locations where the existing 12-inch
AC pipe or storm pipe must be cut and removed prior to CDF placement. The Contractor shall
identify all proposed cut-and-remove locations and access points in the submitted CDF work
plan and obtain the Engineer’s approval.
Measurement
CDF shall be measured by per cubic yard for the actual quantity installed. Certified delivery
ticket shall be furnished with each load of materials delivered.
Payment
The bid unit price for Controlled Density Fill (CDF)-Pipe Abandonment shall constitute full
compensation for all work, labor, equipment, and materials required to furnish, deliver, and
place the CDF into existing 12-inch in diameter of AC water main and/or storm pipe that are
to be abandoned. The payment will include removing, hauling, and disposing of 12-inch in
diameter of existing section storm pipes that are cut prior to placing CDF.
The payment shall also include sawcutting existing pavement, excavating the designated
access points, removing, hauling, and disposing of existing pavement, sidewalks, curbs,
gutters, debris, waste, and other surplus and unsuitable excavated materials.
Disposing, removing, haul, special handle requirements of existing AC per laws and
regulations that are cut or removed prior to placing CDF will be paid under bid item, “Asbestos
Cement (AC) Pipe Removal.”
9-03.22(A) Cement-based Grout for Abandoning Existing Utilities
(Project Special Provisions, PSP)
Section 9-03.22(A) is a new section as follows:
The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling
a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities”
shall be approved by the Engineer prior to commencing work on this item.
02/19/2026
275
Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the
materials shall conform to the following:
Cement: This material shall be Portland cement as specified in section 9-01.
Aggregate: This material shall meet the requirements for fine aggregate as specified
in section 9-03.1.
Water: Water shall conform to Standard Specification Section 9-25.1.
Minimum Strength: 100 psi
The costs associated with furnishing, placing, and submitting cement-based grout proposals
shall be incidental to various bid items.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.50(2) Manholes
(Project Special Provisions, PSP)
Section 9-05.50(2) is supplemented with the following:
Pre-approved details meeting the requirements of the city may be used for this project
without submitting calculations indicating compliance with the design criteria. The Contractor
shall provide shop drawings detailing the product and specifying the pre-approved detail(s)
to be used and their locations along with supporting documentation.
In instances where pre-approved details are not available, calculations shall be submitted
together with the Shop Drawings. Calculations shall show all dimensions, location and type of
lifting inserts, details of reinforcement, connection embeds, joints, covers, or hatches, ladders
and grating in accordance with the Contract requirements. Calculations shall clearly list the
design criteria used by the manufacturer and indicate the loads imposed on the structure,
including magnitude, direction, and location. Calculations shall be stamped by a registered
Structural Engineer in the State of Washington.
9-05.52 Dense Foam Pad
(Project Special Provisions, PSP)
Section 9-05.52 is a New Section as follows:
When vertical clearance between the water mains or storm pipes and any other underground
utilities is less than 12 inches, the Contractor shall immediately notify the Engineer.
If the minimum vertical distance between utility pipes is less than 6 inches, a dense foam pad
shall be placed between the pipes. Dense foam shall be ethafoam HS 600 high density,
polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent.
The dense form pad shall be outside diameter (O.D) x O.D. x 2.5-inch thickness minimum or
as required to protect the pipes. O.D is equal to the outside diameter in foot unit of a larger
pipe. Additional measures may be necessary to ensure system integrity and may be required
on case-by-case basis. All costs necessary to furnish and install the pad shall be incidental to
and included in the contract price for pipe.
02/19/2026
276
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2(1) Topsoil Type A
(Project Special Provisions, PSP)
Section 9-14.1(1) is supplemented with the following:
Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam
texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant
growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects.
Topsoil should be fertile and free flowing (pulverized). Topsoil shall be Mycorrhizae
inoculated.
Topsoil shall meet the following parameters:
Parameter Range
pH 6.7-7.5
Moisture Content 25%-55%
Soluble Salts 2.5 mmhos/(dS)
Coarse Sand 50%max (by weight)
Clay 25%max (by weight)
Silt 15%max (by weight)
Organic matter 10%max (by weight)
9-14.3 Seed
(Project Special Provisions, PSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer
with a dealer’s guaranteed statement of the composition, mixture, and the percentage of
purity and germination of each variety.
All seed mixes shall be certified as 99% weed-free and 90% viable seeds by germination
tests and by age specifications by species. Apply hydroseed mulch, tackifier, seed and
fertilizer per supplier’s recommendations.
Seed mix shall be composed of the following varieties mixed in the proportions indicated:
02/19/2026
277
9-14.4 Fertilizer
(Project Special Provisions, PSP)
Section 9-14.3 is supplemented with the following:
All fertilizer applications for trees and shrubs shall follow Washington State University,
National Arborist Association or other accepted agronomic or horticultural standards.
Fertilizer for trees and shrubs shall be 20-10-5, biodegradable packets. Apply per
manufacturer’s recommendations.
Fertilizer for seeded lawn areas shall be 10-10-10 slow-release formula or approved equal.
9-14.7(4) Sod
(Project Special Provisions, PSP)
Section 9-14.7(4) is supplemented with the following:
Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than
those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of
disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification
of Federal, State and local laws requiring inspection for plant disease and insect control.
Sod must be from a local grower and be established in growing sod in sandy loam soils. Sod
grown in heavy clay soils is not acceptable. All required certifications apply for approvals. Sod
shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight.
9-14.9 Hydroseeding
(Project Special Provisions, PSP)
Section 9-14.9 is a new section as follows:
Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with 3
percent tackifier. Mulch may be made up of 100-percent: cottonseed meal; fibers made of
wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be
plant-based, such as guar or alpha plantago, or chemical-based such as polyacrylamide or
polymers. Mulch or tackifier product used shall be installed according to the manufacturer’s
instructions.
02/19/2026
278
Areas that have seed applied by hand shall have a minimum 2-inch-thick layer of compost-
based
mulch or 1-inch layer of topsoil. Slow-release fertilizers shall be used. Fertilizer shall not be
agitated more than 20 minutes in the hydro mulch machine before it is to be used.
On 2:1 slope and less, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix
(MBFM) products may be used in lieu of erosion control mat. BFM/MBFM products are
applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24-36
hours before rainfall and shall not be installed on wet or saturated soils.
Western Washington Hydroseed Mix
Install seed, fertilizer, and mulch for hydroseed mix at the following application rates:
Seed 180 pounds per acre
Fertilizer 90 pounds per acre, 10-4-6 Nitrogen-Phosphorus-Potassium (N-P-K)
Mulch 1,500 pounds per acre
BFM/MBFM 3,000 pounds per acre (for 2:1 slope and steeper)
Apply hydroseed within the optimum seeding windows whenever possible. Hydroseed may
be used for temporary erosion control only with the approval of the Owner. Time
construction practices to minimize bare, cleared, and excavated areas so that surfaces are
hydroseeded and seed germinates and grows stabilizing surfacing as soon as possible.
The optimum seeding windows are April 1 through June 30 and September 1 through
October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75
percent grass cover is established. Seeding that occurs between October 1 and March 30
will require a mulch layer 2-inches thick until 75 percent grass cover is established.
Provide temporary irrigation, mulch or plastic sheeting (plastic sheeting for short term
protection only, 7 days maximum) to hydroseeded areas as required for establishment and
to protect the seed from construction activities at no additional cost to the Owner.
Install 2-inches of import topsoil over areas that will be seeded. The seedbed should be firm
and rough. All soil should be roughened regardless of slope. If compaction is required,
02/19/2026
279
slopes must be track walked before seeding. Backblading or smoothing of slopes greater
than 4:1 is not permitted if they are to be seeded.
All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry
spalls, concrete, or other plant material/landscape items shall be hydroseeded, except
ditches and swales may have seed applied by hand. Apply seed prior to installing erosion
control blankets.
These specifications are the minimum requirements for the anticipated conditions. The
Contractor is responsible for ensuring seeded areas establish ground cover and providing
any additional measures necessary to establish ground cover in seeded areas. Any seeded
areas that fail to establish at least 75-percent cover (100-percent cover for areas that receive
sheet or concentrated flows) shall be reseeded at no additional cost to the Owner.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
(Project Special Provisions, PSP)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
9-29 ILLUMINATION, SIGNAL, ELECTRICAL
9-29.1(6) Detectable Underground Warning Tape
(Project Special Provisions, PSP)
Section 9-29.1(6) is revised as follows:
Detectable Underground Warning tape shall be Red imprinted in black lettering with the
message “CAUTION BURIED ELECTRIC LINE” or equal. The warning tape shall be polyethylene
with a metallic backing. The polyethylene shall be a minimum of 4 mils thick and 3 inches
wide.
9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes
9-29.2(1)A Standard Duty Junction Boxes
(Project Special Provisions, PSP)
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 (Diamond pattern). Grounding lugs shall be stainless steel and
shall be mechanically and electrically bonded. Junction boxes for copper wire shall
incorporate a locking lid per WSDOT Standard Plans J-40.10 and J-40.30. Junction boxes
placed in the sidewalks shall have slip-resistant lids and frames.
Non-Concrete Junction Boxes shall not be allowed on the project.
Junction boxes shall be marked for use in accordance with the following schedule:
02/19/2026
280
System Type Legend
Illumination LT
Traffic Signal TS
Interconnect Only ITS
For this project, the junction box lid shall be labeled as “ITS”
9-29.2(1)A1 Concrete Junction Boxes
(Project Special Provisions, PSP)
Section 9-29.2(1)A is supplemented with the following:
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 mild steel weld bead.
9-29.2(2) Small Cable Vaults and Pull Boxes
(Project Special Provisions, PSP)
Section 9-29.2(2) is supplemented with the following:
All communication vaults shall be Small Cable Vaults type per WSDOT Standard Plan J-90.21,
shall be reinforced concrete with galvanized steel frame anchored in place and galvanized
steel cover plate (Diamond pattern) and shall include all mounting hardware and racks as
shown in the Standard Plans. Grounding lugs shall be stainless steel and shall be mechanically
and electrically bonded. Slip resistant frame and lid shall be per Section 9-29.2(1)A per these
Special Provisions.
02/19/2026
281
9-30 WATER DISTRIBUTION MATERIALS
9-30.1 Pipe
(Project Special Provisions, PSP)
Section 9-30.1 is supplemented and revised as follows:
All materials for water distribution and transmission shall be new and undamaged. Prior to
ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit
the material source as required by Section 1-06.1 of the Standard Specifications. All direct and
indirect drinking water system components which come in contact with potable water shall
have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly
marked with the manufacturer’s name, type, class, and thickness as applicable and shall be
marked on the component at the place of manufacture. Marking shall be legible and
permanent under normal conditions of handling and storage.
9-30.1(1) Ductile Iron Pipe
(Project Special Provisions, PSP)
Section 9-30.1(1) is revised to read as follows:
1. Ductile iron pipe shall be centrifugally cast in 18- or 20-foot nominal lengths and meet
the requirements of AWWA C151. Ductile iron pipe shall have a ‘Double Thickness’
cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA
C104. Ductile iron pipe shall be minimum Standard Thickness Class 52, or the
thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per
AWWA C115.
2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical
joint (M.J.) conforming to AWWA C111, unless otherwise specified.
3. Restrained joints shall be as specified in Section 9-30.2(6).
4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi
working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker
Classes are acceptable.
5. Having NSF/ANSI 61 certified for contact with portable water.
The Contractor shall furnish manufacturer’s certificate of compliance per Section 1-06.3
Manufacturer’s Certificate of Compliance for all pipe and gasket to be used.
9-30.1(2) Polyethylene Encasement
(Project Special Provisions, PSP)
Section 9-30.1(2) is supplemented and revised as follows:
Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type
conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a
02/19/2026
282
polyethylene encasement, tube-type and in black color.
9-30.1(2)a Detectable Marking Tape
(Project Special Provisions, PSP)
Section 9-30.1(2)a is a new section and shall read as follows:
Detectable marking tape shall consist of inert PE plastic that is impervious to all known alkalis,
acids, chemical reagents, and solvents likely to be encountered in the soil. Detectable marking
tape, when specified, shall include a metallic foil core to provide for the most positive
detection and pipeline locations. Marking tape shall be blue in color and shall be imprinted
prominently and continuously over its entire length with the words “CAUTION” and “WATER”
in permanent black ink. The marking tape width shall be as recommended by the
manufacturer based upon the depth of the water pipe installation.
9-30.2 Fittings
(Project Special Provisions, PSP)
This section is supplemented as follows:
All fitting materials shall be new and undamaged. Unless otherwise approved by the
Engineer, the same manufacturer of each item shall be used throughout the work. Fittings
shall be installed in accordance with the Manufacturer’s recommended procedures.
9-30.2(1) Ductile Iron Pipe
(Project Special Provisions, PSP)
Section 9-30.2(1) is supplemented and revised as follows:
Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, AWWA C111,
and AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings
shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical
joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness
and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10.
Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI
A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class
125 drilling pattern.
Ductile iron fittings include tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets,
reducers, and ells.
Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI
A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N,
chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes.
Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain
end (P.E.), flanged (FL), restrained joint (RJ) and threaded.
Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be
02/19/2026
283
mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type
and shall be 15 inches minimum length and shall be mechanical joint. Sleeves shall also be
accompanied by joint restrained systems per 7.09.3(25).
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and
the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside
diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint
sleeve, unless otherwise noted on the plans.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and
the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A,
B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single-
piece casting. Threaded pipe and flanges combinations shall not be used.
Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts
for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11.
Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall
be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type
316SS.
Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section
1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings
and bolts to be used.
9-30.2(2) Galvanized Iron Pipe
(July 16, 2025, Renton GSP)
Section 9-30.2(2) is a new section and shall read as follows:
Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel
pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded
and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable
iron galvanized per ANSI B16.3.
9-30.2(3) Steel Casing Pipe
(July 16, 2025, Renton GSP)
Section 9-30.2(3) is a new section as follows:
Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing
exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum
coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed
manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar
equal to Tnemec Hi-Build Theme-Tar, Series 46H-413.
Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375
inch for casings over 24 inches in diameter.
02/19/2026
284
Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52.
9-30.2 (3)A HDPE Casing Pipe
(July 16, 2025, Renton GSP)
Section 9-30.2(3)A is a new section:
HDPE casing shall have a nominal DIPS (Ductile Iron Pipe Size) O.D. unless otherwise
specified. HDPE pipe shall have a minimum standard dimension ration (SDR) of 11 unless
otherwise specified on the Plans. All pipe sizes as shown on the Plans and as specified
herein are in reference to “nominal diameter”. Pipe sizing is to be according to ASTM F 714-
83 Polyethylene (PE) Plastic Pipe (SDR-PR) based on outside diameter or ASTM D3035-83
Polyethylene (PE) Plastic Pipe (SDR-PR) based on controlled outside diameter. All HDPE pies
shall be joined by thermal but-fusion per manufacturer’s recommendations and ASTM
D2657. Threaded or solvent-cement joints and connections are not permitted. HDPE pipe
shall be joined on site into continuous lengths above grade on site whenever possible. Joint
between pipe sections shall be smooth on the inside. Internal projection beads shall be
removed from each pipe joint prior to installation of the pipe.
9-30.2(4) Steel Pipe
9-30.2(4)C Spacers and Seals for Casing Pipe and for HDPE Casing Pipe
(July 16, 2025, Renton GSP)
Section 9-30.2(4)C is a new section as follows:
Casing spacers shall be “centered positioning” type bands at least 12 inch in width and shall
be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-
inch-wide glass reinforced plastic securely bonded to the spacer and shall be aligned on the
spacer along the axis of insertion of the water main into the casing pipe. Runner length shall
approximate the width of the spacer. Securing the spacer to the water main shall be in
accordance with the manufacturer’s instruction. The height of the risers and runners
combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75
inch from the casing pipe wall at all times and provide at least 1-inch clearance between the
runners and the top of the casing wall, to prevent jamming during installation.
Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-
2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade
Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal.
9-30.2(6) Restrained Joint
(Project Special Provisions, PSP)
Section 9-30.2(6) including title is revised as follows:
02/19/2026
285
9-30.2(6) Restrained-Joint Pipe and Restrained-Joint Fittings
Restrained joints (RJ) ductile iron pipe and fittings, where required on the plans, shall be
flexible after assembly and be able to be disassembled. Restrained joints shall meet the
following criteria:
1. The restrained joint shall have a positive metal to metal contact locking system
without the use of gripping teeth. Gaskets for push-on joint pipe with integrally
molded steel or metal teeth or locking segments shall not be allowed as substitutes
for restrained-joint pipes.
2. The joint restraint system for the pipe shall be the same as the joint restraint system
for the pipe fittings, except as provided in item 4 below.
3. The joint restraint system for the pipe shall be boltless.
4. Where restrained joint fittings required on the plans cannot be furnished or where
restrained jointed fittings are required in areas that are known to be subject to
location adjustments, the Contractor may submit a lay plan showing mechanically
jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe
with wedge restraint glands shall not be substituted for restrained joint pipe.
5. All fittings and valves with mechanical joint end(s) shall have restrained follower
glands with multiple gripping wedges meeting the requirements of ANSI/AWWA
C110/A21.12.
Wedge Restraint Glands
Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All
bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN.
Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller.
For short sections of ductile Iron restrained joint pipe (less than approximately 18 feet in
length) between vertical bends, the contractor must provide an additional form of thrust
restraint, such as shackle rods between fittings, in addition to the wedge-type joint restraint
system on the fittings. This also requires for short hydrant laterals and short pipe spools or
fittings used for connections to the existing system, to provide added security and ease of
maintenance.
Shackle Rod Joint Restraint System
Where shown in the Plans, Specifications, Standard Plans or required by the Engineer, shackle
rod joint restraint system shall be used. All shackle rod joint restraint materials used shall be
those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus,
Ohio 43216, unless an equal alternate is approved in writing by the Engineer.
Shackle Rod Restraint System shall not be allowed as substitutes for restrained-joint pipes.
Materials:
02/19/2026
286
Steel types used shall be:
High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar “SST” series.
High strength low-alloy steel (cor-ten), ASTM A242, superstar “SS” series.
Items to be galvanized are to meet the following requirements:
ASTM A153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system
components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except
tensile strength of full-body threaded section shall be increased to 40,000 lbs.
minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and
tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for
14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as
SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7.
Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or
zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized.
Tiecoupling: Used to extend continuous threaded rods and are provided with a center
stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4"
tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A.
Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip
galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8"
and 3/4" diameter, ASTM A36, A307.
Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242,
F436. S17: ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufacturer’s instructions so all
joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed
to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot
pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-
couplings. Arrange tie-rods symmetrically around the pipe.
02/19/2026
287
Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for “T” bolts
instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used
instead, so as to provide adequate space for locating the tie-bolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall
be greater than 60 feet in length between fittings. Insert long body solid sleeves as required
on longer runs to keep tie-rod lengths to the 60-foot maximum. Pipe used in continuously
restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at
each joint.
Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-
washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s
satisfaction, with Koppers Bitomastic No. 300-m or approved equal.
Where poly wrapping is not required, all tie-bolts, tie-nuts, tie-couplings, tie-rods and
tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in
the entirety with Koppers Bitumastic No. 800-m or approved equal.
Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to
installation of the pipe and no additional payment shall be made.
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe
(Project Special Provisions, PSP)
Section 9-30.2(7) is revised as follows:
Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible
couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or
02/19/2026
288
approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant
per AWWA C111. Stainless steel bolts shall meet the requirements of ASTM A193 Grade
B8M and require anti-seize compound. Heavy hex nuts shall be used. Stainless steel nuts,
bolts, and washers shall be type 316SS. Bolts and nuts for flanged pipe and fittings shall
conform in size and length with ANSI/AWWA C115/A21.15.
The long body pattern with a minimum center ring or center sleeve length of 12-inches for
pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe
greater than 12 inches in diameter. Solid sleeves (greater than 12-inch diameter) shall be a
15-inch minimum length.
When connecting to an existing AC pipe, a long-barrel Romac transition coupling shall be
used.
9-30.3 Valves
(Project Special Provisions, PSP)
Section 9-30.3 is supplemented and revised as follows:
The valves shall be a standard pattern of a manufacturer whose products are approved by the
Engineer and shall have the name or mark of the manufacturer, year valve casting was made,
size and working pressure plainly cast in raided and legible letters on the valve body. All valves
shall be NSF approved, and valve bodies shall be ductile iron. All valves shall be stamped with
“NSF APPROVED” and “DI”.
Where a valve is required to operate in a higher-pressure environment than the Class of valve
specified in Section 9-30.3, the class of valve shall be as specified in the Contract.
All bolts on the body of valves shall be stainless steel.
9-30.3(1) Gate Valves (3 inches to 16 inches)
(Project Special Provisions, PSP)
Section 9-30.3(1) is supplemented as follows:
All valve materials shall be new and undamaged. Unless otherwise approved by the Engineer,
the same manufacturer of each item shall be used throughout the work.
All gate valves shall be ductile ironed, bronze mounted, resilient seat, non-rising stem and
shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals.
Valves shall open counterclockwise when viewed from above. Valves shall be designed for a
minimum water operating pressure of 200 PSI.
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of
AWWA Standard C-509 and C-515 latest revisions.
Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans.
All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A
02/19/2026
289
valve stem extension is required where the valve operating nut is more than 3 feet below
finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension
per valve in shall be installed in accordance to the City of Renton standard plans.
Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo),
Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less.
Approval of valves other than the specified models shall be obtained prior to bid opening.
9-30.3(3) Butterfly Valves
(Project Special Provisions, PSP)
Section 9-30.3(3) is supplemented and revised as follows:
In addition to the requirements of section 9-30.3, water main butterfly valves shall conform
to AWWA C504 and shall be Class 150B.
The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized
and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury
and shall have a stem extension with AWWA 2-inch square operating nut and suitable valve
box. All butterfly valves bodies and discs shall be ductile iron.
The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick,
Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved
equal.
9-30.3(4) Valve Boxes
(Project Special Provisions, PSP)
Section 9-30.3(4) is supplemented and revised as follows:
Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece
slip type with cast iron extension as necessary, conforming to the City of Renton latest
standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron
“ears” installed in the direction of the main. Valve box extension pieces shall be provided for
valves with groundcover in excess of the depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich
(Varnish Casting Corp.)
The Contractor shall provide affidavit of compliance stating that the valve furnishing fully
complies with AWWA C504.
9-30.3(5) Valve Marker Posts
(Project Special Provisions, PSP)
Section 9-30.3(5) is supplemented and revised as follows:
Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with
02/19/2026
290
blue label "WATER”. The valve markers shall be installed in conformance with the City of
Renton Standard Plans.
9-30.3(6) Valve Stem Extensions
(Project Special Provisions, PSP)
Section 9-30.3(6) is supplemented and revised as follows:
Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate.
A valve stem extension is required where the valve operating nut is more than 3 feet below
finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension
per valve in shall be installed in accordance with the City of Renton standard plans.
9-30.3(7) Combination Air Release/Air Vacuum Valves
(Project Special Provisions, PSP)
Section 9-30.3(7) is supplemented and revised as follows:
Combination air release/air vacuum valves shall comply with the requirements of
ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer
Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or
approved equal.
Installation shall be per the City of Renton Standard Plans, latest revision. Piping and fitting
shall be copper or brass. Location of the air release valve as show on the plans is approximate.
The Contractor shall set the air valves at the high points of the water main. The main line
profile may need an adjustment so that the high point and air/vacuum valve is installed in a
convenient location with the Engineer’s approval.
9-30.3(8) Tapping Sleeve and Valve Assembly
(Project Special Provisions, PSP)
Section 9-30.3(8) is supplemented and revised as follows:
Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be
Cor-Ten or stainless steel.
9-30.3(9) Blow-Off Assembly
(Project Special Provisions, PSP)
Section 9-30.3(9) is a new section:
Installation of blow-off assembly shall be per City of Renton Standard Plans, latest revision.
Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown
on the plans. Temporary blow-off assembly as a bid item on new dead-end water main shall
be installed at location shown on the plans.
02/19/2026
291
A valve marker post as an incidental cost shall be installed when the gate valve is installed in
unpaved area or as directed by the Engineer.
Temporary blow-off assemblies for testing and flushing of the new water mains will not be
included under Temporary Blow-Off Assembly and/or Blow-Off Assembly bid item and shall
be considered incidental to the contract and no additional payment shall be made.
9-30.4 Concrete Blocking and Straddle Thrust Blocking and Tie Rod
(Project Special Provisions, PSP)
Section 9-30.4 is a new section as follows:
Concrete Blocking and Straddle Thrust Blocking shall be poured-in-place concrete with
minimum compressive strength 3,000 psi at 28 days. All concretes shall be mechanically
mixed. Job site mixing, hand-mixed concrete, and mobile concrete mixers are not allowed.
9-30.4(1) Shackle Rods
(Project Special Provisions, PSP)
Section 9-30.4(1) is a new section read as follows:
Shackle Rods and associated hardware shall be 316SS stainless steel and coated with two
coats of asphalt varnish.
9-30.5 Hydrants
(Project Special Provisions, PSP)
Section 9-30.5 is supplemented and revised as follows:
Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a
pattern approved by the City of Renton. The name or mark of the manufacturer, size of the
valve opening, and year made shall be plainly cast in raised letters on the hydrant barrel to be
visible after the hydrant is installed.
Hydrants of the following manufacture and pattern have been approved by the City of Renton.
Clow Medallion, M&H 929, Mueller Super Centurion 250, Waterous Pacer, American Darling
Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250.
Pavement Markers
Pavement markers shall be blue two-way reflective, measuring 4 inches by 4 inches (4”x4”).
Thermoplastic adhesive pads shall be used to bond pavement markers to the roadway and
shall be black in color, measuring approximately 5 inches by 5 inches (5”x5”).
9-30.5(1) End Connections
(Project Special Provisions, PSP)
Section 9-30.5(1) is revised as follows:
02/19/2026
292
Hydrant end connections shall be mechanical joint connection unless otherwise specified in
the description of the bid of proposal.
9-30.5(2) Hydrant Dimensions
(Project Special Provisions, PSP)
Section 9-30.5(2) is replaced with the following:
Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring
stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one
4-inches pumper port connection with City of Seattle standard threats and with a 4.875”
Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe
connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches,
mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch pentagonal.
The hydrant curb stand section of the hydrant that is above ground including all exposed
surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore
Luxlite or approved equal in Safety Yellow color.
Fire hydrants shall be installed per City of Renton Standard Plans for fire hydrants, latest
revisions.
9-30.5(4) Hydrant Restraints
(Project Special Provisions, PSP)
Section 9-30.5(5) is revised as follows:
Hydrant restraint system shall be two (2) 3/4-inch diameter Cor-Ten steel tie/shackle rods OR
with mechanical joint restraint with a poured in place concrete thrust block behind the
hydrant shoe as shown in STD. Plan-310.1. If a wedge restraint system is used in lieu of shackle
rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange
assembly and be equipped with breaking devices at the sidewalk. If a restrained joint pipe
system is used, it shall meet the requirements of Section 9-30.2(6).
9-30.6 Water Service Connections (2 Inches and Smaller)
9-30.6(1) Saddles
(Project Special Provisions, PSP)
Section 9-30.6(1) is revised to read:
Saddles shall not be used on new ductile iron water main for water service connections with
2-inches in diameter and smaller.
9-30.6(2) Corporation Stops
(Project Special Provisions, PSP)
02/19/2026
293
Section 9-30.6(2) is revised to read:
Corporation stops shall be made of bronze or brass alloy.
Corporation stops shall be for direct tapping only and shall have AWWA tapered thread inlet
and outlet connection compatible with copper tubing.
9-30.6(3) Service Pipes
9-30.6(3)B Polyethylene Pipe
(Project Special Provisions, PSP)
Section 9-30.6(3)B is revised to read as follows:
Polyethylene pipe shall not be used.
9-30.6(3)C PEX-a Tubing
(Project Special Provisions, PSP)
Section 9-30.6(3)C is revised as follows:
PEX-a tubing shall not be used.
9-30.6(4) Service Fittings
(Project Special Provisions, PSP)
Section 9-30.6(4) has been revised as follows:
Fittings used for copper tubing shall be compression type with gripper ring.
9-30.6(5) Meter Setters
(Project Special Provisions, PSP)
Section 9-30.6(5) has been supplemented as follows:
Meter setters for 1-inch water services shall be Ford VBH74-15W-44-44-Q-NL, A.Y. McDonald
721-415WCQQ44, Mueller B-24701-6AN, or approved alternate, and shall be installed per
Detail 1 on Drawing W-19 as specified in the Construction Plans.
Meter setters for 1.5-inch water services shall be Ford VBH86-12B-11-66-Q-NL, A.Y. McDonald
73-B-612WDFF665, Mueller B-2427N (1 ½”), or approved alternate, and shall be installed per
Detail 1 on Drawing W-20 and W-21 as specified in the Construction Plans.
Meter setters for 2-inch water services shall be Ford VBH87-12B-11-77-Q-NL, A.Y. McDonald
730B-612WDFF665,Mueller B-2427N (2”), or approved alternate and shall be installed per
City of Renton Standard Plan 320.2, latest edition.
9-30.6(7) Meter Boxes
(Project Special Provisions, PSP)
02/19/2026
294
Section 9-30.6(7) has been supplemented as follows:
Meter boxes for 1-inch water services shall be Armorcast A6001946PCX18 or approved
alternate.
Meter boxes for 1.5-inch water services shall be Armorcast A6001640PCX18 or approved
alternate
Meter boxes for 2-inch water services shall be Armorcast A6001640PCX18 or approved
alternate.
Meter boxes shall be installed per the City of Renton Standard Plans for water meters, latest
revision. Meter boxes shall be polymer concrete. Meter box covers shall be polymer concrete
read lids with cast opening for Advanced Metering Infrastructure (AMI).
Meter box covers in pedestrian paths of travel shall be non-slip in compliance with ADA and
City requirements, generally having a static coefficient of friction of 0.6 wet and dry for
horizontal installations, and 0.8 for ramped or inclined installations, determined per ASTM
C1028-89.
Where meter boxes must be installed within a common path of travel, such as a sidewalk, AMI
radio and battery unit shall be installed in a recessed position within the meter box and shall
not protrude in excess of ¼ inches above grade in compliance with ADA standards and
requirements.
APPENDIX B
ASBESTOS HANDLING
APPENDIX A
August, 2007
Instructions for Asbestos Project Notification
The following information is for asbestos contractors and building owners submitting asbestos
project notices to the Department of Labor and Industries, Division of Occupational Safety
and Health. Notification of the department is required by state law, RCW 49.17.120(2).
Specific requirements for notices are found in WAC 296-65-020. Asbestos projects include
any construction, renovation, or demolition in a building or other facility with the potential to
release asbestos fiber. The department also maintains a directive for industrial hygiene
compliance staff with instructions for them on reviewing asbestos project notices, WISHA
Regional Directive (WRD) 23.25, Asbestos Project Notification.
Preferred Notice Methods
The department has provided an online form for submitting notices at:
https://lni.wa.gov/licensing-permits/other-licenses-permits/asbestos-certification#asbestos-contractors
Using the online form provides direct email notification of department regional staff and gives
an immediate response from the department system acknowledging the notice. This method
of notification is preferred by the department.
The notice form is also available in PDF format through the web site (L&I form
F413-025-000). This form can be faxed or mailed to the department. The number for faxing
notices is 360-902-4409. The mailing address is:
Department of Labor and Industries
Asbestos Certification Program
PO Box 44614
Olympia WA 98504-4614
Exemptions to Notification
There are two exemptions to notification of department prior to starting an asbestos
project:
Small Size: Generally, no notice is required if the entire construction, renovation,
maintenance, or demolition project involves disturbing less than 48 square feet of
asbestos containing materials (the size of the material must also be less than 10 linear
feet for piping or duct insulation).
Emergencies: If asbestos fiber is being released or release is imminent due to
unforeseen circumstances, work to stabilize the site, protect people, and prevent further
release of asbestos may commence immediately. The department must be notified
within 3 working days of the start of the project. The emergency exemption only applies
to work necessary to abate the immediate hazard, and the department must be notified
of the project prior to any other related work. See the information below for more details
on what is considered an emergency and additional requirements for posting and
communication at emergency work sites. The section below on timely notification has
information on waivers to the 10-day waiting period, which may be appropriate for
continuing work following an emergency project.
Project Definition
An asbestos project is any work which will disturb asbestos-containing materials and
has the potential for release of asbestos fiber. Notices should be specific to work that
meets this definition. Mobilization and site preparation work that is unlikely to disturb
asbestos-containing materials should not be included in the work dates of the notice.
Once all expected abatement work is completed on a project, the notice should be
closed out (if new material is found, a 10-day waiver may be appropriate to resume
work under a new notice).
The purpose of the notice is to allow the department to monitor asbestos abatement
activity and determine when and where projects are occurring. For complex activities at
large sites it may be necessary to submit multiple project notices to describe the full
scope of project phases or activities. The following are some considerations in
determining whether a single or multiple notices will be appropriate.
• Is the work covered by separate contracts? Generally, the department expects
each separate contract to have a separate notice.
• Is the work in separate buildings? Typically, a separate notice should be given
for each building or address where work will occur; particularly if there will be a
separate mobilization for each address.
• Is there a central job office? Where there is a single mobilization and a central
jobsite office and entry point, a single notice may be appropriate, as long as
department representatives can go to a single point to initiate an inspection at
any time during the project.
• If the work crew and competent person will be restationed to a new building or
other distinct location during the project, then separate notices should be
provided to give specific location information. In large buildings, movement from
one wing, floor, or functional space to another may require separate notifications
if there is no single entry point that can be specified.
• Note: dividing a project into smaller projects to avoid notification is specifically
prohibited. If any of the criteria above would suggest dividing the project into
small projects, notification will still be required.
• If there are questions as to how many notices are necessary or on combining
work into a single notice, the regional industrial hygiene compliance staff can
answer questions and make decisions on notification requirements.
Timely Notification
To be considered timely, the asbestos project notice must be received no later than 10
calendar days prior to the start date of the project. 10 days gives the department time
to process and review the notices.
If circumstances prevent providing notice 10-days before starting asbestos project work,
then a waiver to the 10-day prenotification requirement may be requested. The waiver
must be requested from the regional industrial hygiene compliance staff. You may
contact them through the nearest Department of Labor and Industries field location.
Complete written notification information will be required and the regional staff may
require additional written documentation of the circumstances requiring quick start of the
project. When submitting the notice, indicate which staff member approved the 10-day
waiver (if the notice was submitted prior to approval, please amend the notice with this
information). No work may commence without a 10-day notice or acknowledgment of
the project by DOSH industrial hygiene compliance personnel, unless the project meets
the definition of an emergency asbestos project.
Examples of circumstances where a waiver of the 10-day notice requirement is
appropriate include:
• People have been displaced from their home until asbestos hazards are abated.
• The project must proceed quickly to protect equipment, ensure continuous vital
utilities, or minimize property damage.
• Asbestos-containing materials were encountered that were not identified during
the asbestos survey and asbestos hazards must be abated to resume on-going
work.
• Long-term contract situations with a limited class of work activities. Information
must be provided on an annual basis, with notice for each specific work activity
given prior to commencing.
Asbestos work is complicated and requires significant assessment and preparation;
therefore projects that must proceed without time for a 10 day notice are rare.
However, the DOSH compliance staff is directed to generally accommodate requests for
waivers of the 10-day notice period. The quick nature of the project and short planning
period are considered to make the project exceptional and a priority for inspection by
the DOSH compliance program as part of the DOSH asbestos inspection emphasis
program. Circumstances leading to the waiver request may also be reviewed during
inspection of the project by DOSH compliance staff.
Form Information
Start and Completion Dates: Exact starting and completion dates of the asbestos
project, including shifts during which abatement work will be accomplished. If other
work is involved in the contract, limit the notice to time when set-up and abatement work
handling asbestos-containing materials will be done that meets the definition of an
asbestos project. Further, the dates given must not conflict with the dates specified for
asbestos removal in the any work contracts.
Changes in the start or completion dates or work shifts must be communicated to the
department by an amended notice. The dates for the notice must be for actual asbestos
project work. Work such as intact flooring removal, on-call time during demolition, or
contract time when work will not be conducted should not be given as a project time on
the notice.
• When the starting date or time changes, the amended notice must be filed no
later than 5:00 p.m. on the business day prior to the starting date in the original
notice and prior to the new starting date.
• When the completion date or time changes, the amended notice must be filed
within eight hours from when the change is determined and before completion of
the project.
Initial or Amended Notice: Initial notice is only the first notice for a project. Any
updates should be marked as amended. When amending a notice by fax, circle the
changed items. When using the online system, use the comment box to briefly describe
the amendment.
On-Hold Status: On-Hold status is for projects that have been started, but where work
has stopped for some reason and is expected to resume. For example, this may be for
time between phases of a project, when there has been a scheduling problem between
trades, or when there is a contract dispute.
Projects can not be placed on hold prior to starting. If there are specific reasons that
the start date can not be set, contact the appropriate regional office and request a 10-
day notice waiver. When setting a project on hold, please provide notes on the reason
for the hold and the expected date for resuming work.
If all anticipated work has been completed, the project has ended and the notice should
be closed out rather than being put on hold. If new materials are found at the site, work
with the regional IH compliance staff to obtain a 10-day notice waiver to resume.
Work Hours: Give start and stop times for each work each day (including all shifts) and
check the days of the week that work will occur. If the work shifts run overnight, check
the day the shift begins. (For example if you work Friday from 6 pm to 4 am mark
Friday and not Saturday, unless another shift begins on Saturday.)
Emergency: If the project is an emergency situation (reasonably unforeseeable
projects involving significant ongoing hazards) notice must be provided to the
Department within 3 working days of starting work. Note: Projects considered
emergencies by other regulatory agencies might not be considered an emergency
under Labor and Industries regulations. There are additional posting and
communication requirements for emergency projects, see WAC 296-65-020(5). See the
information below on emergencies for more information. When a 10-day notice waiver
is requested, the project is not an emergency and should not be marked as such.
Property Owner: This box must contain the name of the property owner. If anyone will
be representing the owner during the work the owner’s agent and company must be
provided. An owner’s agent may be a property manager, attorney, architect, bank,
holding company, etc. The general contractor on a project should not be listed as the
owner’s agent for this notice unless they own the facility or manage the property beyond
the construction contract. Provide an address and phone number for contacting the
owner or agent.
Contractor: Contracted asbestos abatement projects must be conducted by a Certified
Asbestos Contractor. For work that is done by a building or facility owner, designate In-
House-Work in this field.
Job Site and Facility: You must include a complete and accurate job site address. This
information must include the street location, city, Zip code and county. If the site is a
large structure or complex of many buildings using the same street address, you must
further identify where, within that complex, your project will be performed including the
specific building and room. When there are multiple work locations on a large site or
contiguous sites are conducted with a single job site office, the address for the site point
of entry should be given on the form. Additionally, describe the facility type (office,
school, apartment, house, etc.), age (years), and size (square feet).
Quantity of asbestos to be removed: Determine the total quantity of material to be
removed, in both square feet and linear feet. Check the box for each type of material to
be removed. Include all materials to be handled during the project. If there are
materials such as asbestos flooring or roofing that will not be part of the asbestos
abatement project, note in the comment section that these are being removed by intact
removal methods.
Alternate Work Methods: For work utilizing control methods not specifically described
in the DOSH asbestos standard, you must have the methods certified following the
direction found in WAC 296-62-07712(8) (Class I work or other materials disturbed
during removal) or WAC 296-62-07712(10)(f) (Class II work where the material are
removed generally intact). A description of the method must be provided to the
department.
For Class I alternate methods the certification must be submitted with your notice.
Certification of the work methods is done by your consultants or personnel and is not
subject to approval by the department, but this information will be used in evaluating the
project for inspection scheduling and assessment of the work practices if there is an
inspection or questions regarding the work. If you are using the online form for your
notification, you can fax or mail the work plan and certification to the asbestos
certification desk using the contact information above. Put your online notification form
identification number on the cover sheet, to help us determine which project you are
referencing. You may also contact the department industrial hygiene compliance staff
to make arrangements for mailing, emailing, or hand delivering the documents.
Additional Information: The online form has a comment box that can be used for
additional information you need to submit. If you are faxing or mailing the notice, the
information can be given on an additional page or cover letter. Information that needs
to be provided in the comment section includes:
• briefly describe changes that have been made to your work plans when making
amendments (circle changes on faxed or mailed notices)
• when projects are placed on hold, describe the reason and when work is
expected to resume
• who at L&I authorized a 10-day notice waiver
• any other information that may be helpful for L&I staff reviewing your asbestos
project notice.
Large-scale, On-going Projects
Building owners who have extensive asbestos work involved in operation and
maintenance of their facilities may request a waiver from notification requirements. This
waiver applies to ongoing maintenance and operations programs where asbestos is
encountered on a regular basis and there are standard procedures for handling of the
materials. The program materials and work description must be supplied to the regional
industrial hygiene supervisor for approval of the program. The program must be
reviewed each January or whenever there are significant changes to the program,
personnel, or work site. Approved programs may conduct work without notice to the
department for individual projects.
Emergency Projects
Conditions may arise unexpectedly that must be addressed immediately to prevent a
greater hazard or significant operational impact. Asbestos work inherently involves
significant hazard (asbestos is a human carcinogen with no known threshold limit).
Projects conducted without careful planning can increase this hazard. However, other
hazards or the potential for increased asbestos hazards may sometimes justify
immediate action.
Examples of emergency projects:
• Water damage is causing a spray-applied asbestos containing insulation material
to fall apart. A small removal project will allow access to repair the water piping,
this project could reduce the need for immediate removal or cleanup of additional
asbestos materials. After addressing the plumbing the remainder of the material
to be cleaned up may be addressed in the normal manner, with appropriate
advance notification to the departmentI.
• A critical component in an industrial plant is damaged in an accident. If
immediate removal of nearby asbestos containing materials is necessary to
access the damage and effect repairs this may prevent an unscheduled plant
shut down. This could save considerable expense and avoid hazards from the
sudden shutdown of the plant.
Emergency projects as defined under the Washington State Asbestos Act are not
necessarily the same as those defined by local air quality authorities. Typically these
organizations define emergency more broadly, and require pre-approved permits for all
projects, including emergencies. Situations that fall under the emergency project
definition of these other organizations, but are not considered emergencies by L&I,
include materials found during construction that were not part of the original survey or
projects necessary to protect equipment that do not represent a significant health or
safety hazard. In such cases, L&I expects the advance notification requirements of the
standard to be met. See the section on timely notifications.
Onsite Notification for Emergency Projects. When an emergency project is
conducted the following notification requirements must be met:
• Employees and other people in the vicinity of the project must be notified of the
project as soon as possible. This may be prior to the project if there is any delay
in startup. Anyone entering the vicinity of the project, for example at a shift
change, should be notified immediately.
•Employee representatives must also be notified (this would include collective
bargaining representatives, safety committees or other representatives
designated by the employees).
•A notice must be clearly posted at the work site describing the nature of the
project (see the attachment at the end of this document).
•L&I must be notified within three days after commencing work including all
information normally required for prenotification.
Not all unforeseen work is an emergency. Asbestos projects must be reasonably
unforeseeable to be considered emergencies under the standard. Projects necessitated
by poor maintenance, by waiting until parts fail to conduct regular replacement, or other
circumstances leading to equipment or system failures that could be reasonably
controlled, scheduled, or avoided by the facility owner are not emergency projects.
Building and facility owners must make a good faith inspection of their facilities prior to
any construction, renovation, remodeling, maintenance, repair, or demolition project that
has a reasonable possibility of disturbing or releasing airborne asbestos. This
requirement appears both in WAC 296-62-07721(1)(c)(ii) related to general industry
activities and in WAC 296-62-07721(2)(b)(ii) related to construction activities. This
responsibility includes anticipating maintenance needs and providing for appropriate
handling of asbestos materials that may interfere with non-routine activities that can be
reasonably expected to occur. Many options are available to building owners for
handling these situations, including the following:
•Remove asbestos-containing materials to provide clear work areas for
subsequent maintenance work;
•Arrange for alternate equipment, systems or operating procedures to allow time
for arranging asbestos removal when necessary;
•Develop procedures for handling removal on a case-by-case basis and provide
notification to the department under the ongoing maintenance provisions;
•Conduct limited removal of asbestos-containing materials so that the area is
cleared for the maintenance work, but the size of the asbestos project falls below
the notification threshold and other asbestos materials are left in a stable
condition;
•Develop maintenance procedures that will not impact asbestos-containing
materials in place.
Need more information?
Please call the Asbestos Certification Program at 360-902-5435 or e-mail:
DOSHAsbestosInfo@LNI.WA.GOV
Attachment—Sample Emergency Project Posting Form
EMERGENCY ASBESTOS PROJECT
This form, or equivalent, must be prominently posted in the vicinity of an emergency asbestos
project. The Department of Labor and Industries, Division of Occupational Safety and Health,
must be notified of the project within three days of commencement.
Project Description: (include type and quantity of asbestos material effected and the
work procedures in use—containment, glovebagging, encapsulation, encasement, etc.)
Nature of the Emergency: (include description of hazards and reason for the
unforeseen nature of the project)
Certified Asbestos Supervisor(s): (Competent Person)
Facility Owner or Representative:
Phone:
People Affected by Project: (employees or others in the vicinity of the project; these
people must be informed of the project as soon as possible)
Employee Representatives: (Collective bargaining unit, safety committee or other
designated representative for the employees affected by the project.)
LAKEHAVEN WATER and SEWER DISTRICT Page 1 of 2
ASBESTOS CEMENT PIPE – WASTE SHIPMENT RECORD
Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18
CO
N
T
R
A
C
T
O
R
MAILING
ADDRESS
See “OWNER”
OWNER:
Lakehaven Water and Sewer District
MAILING
ADDRESS: P.O. BOX 4249 PHONE NO.:
253 / 941-1516 Federal Way, WA. 98063-4249
2.AC PIPE REMOVAL BY:
NAME:
REG. NO.:
MAILING
ADDRESS:
PHONE NO.:
3.WASTE DISPOSAL SITE (WDS):MAILING
ADDRESS:
PHONE NO.:
LOCATION:
4.NESHAP JURISDICTIONAL AGENCY:
Puget Sound Clean Air Agency
MAILING
ADDRESS: 1904 3rd AVE., Suite 105 PHONE NO.:
206 / 689-4058 Seattle, WA. 98101-3317
5.MATERIAL:
FRIABLE ASBESTOS MATERIAL per PSCAA.
DIA.
(IN.)
6.CONTAINERS:
NO. TYPE
ASBESTOS CEMENT PIPE BAG
7.TOTAL QUANTITY:
(LF for pipe, or CY)
-LF
ASBESTOS CEMENT PIPE BAG -LF
ASBESTOS CEMENT PIPE BAG -LF
8.SPECIAL HANDLING INSTRUCTIONS REFER TO CONTRACT DOCUMENTS, INCLUDING SP 2-02
9.CONTRACTOR’S CERTIFICATION:
I hereby declare that the contents of this consignment are: fully and accurately described above by
proper shipping name; are classified, packed, marked, and labeled in accordance with applicable rules and
regulations; and are in all respects in proper condition for transport by highway according to applicable
international and government regulations. (ref. NESHAP)
/ /
PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR.
TR
A
N
S
P
O
R
T
E
R
10.TRANSPORTER 1 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS:
NAME:
REG. NO.:
MAILING
ADDRESS:
PHONE NO.:
/ /
PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR.
11.TRANSPORTER 2 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS:
NAME:
REG. NO.:
MAILING
ADDRESS:
PHONE NO.:
/ /
PRINTED / TYPED NAME and TITLE
SIGNATURE MO. DAY YR.
WORK SITE
LOCATION
1.
CITY OF RENTON, WATER UTILITY
City of Renton, Water Utility
1055 South Grady Way, 5th Floor
Renton, WA. 98057 (425) 430-7247
(206) 689-4058
LAKEHAVEN WATER and SEWER DISTRICT Page 2 of 2
ASBESTOS CEMENT PIPE – WASTE SHIPMENT RECORD
Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 01/29/18
WA
S
T
E
D
I
S
P
O
S
A
L
S
I
T
E
12.OBSERVED DISCREPANCIES: (If none, state “None.”)
13.WASTE DISPOSAL SITE (WDS) OWNER OR OPERATOR: (ACKNOWLEDGMENT OF RECEIPT OF MATERIALS)
I, as Owner / Operator (circle the one or ones that apply) of the WDS, hereby certify receipt of the
asbestos materials covered by this Waste Shipment Record (manifest), except as noted in Item 12 above.
/ /
PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR.
INSTRUCTIONS
WASTE GENERATOR SECTION (Items 1-9)
1.Enter the name of the facility at which asbestos waste is generated and the address where the facility is located. In the appropriate spaces,
also enter the name of the Owner of the facility and the Owner's phone number.
2.Enter the name and address of the Owner, authorized agent or Contractor responsible for performing the asbestos removal. In the
appropriate spaces, also enter the phone number of the authorized agent or Contractor.
3.Enter the name, address, and physical site location of the Waste Disposal Site (WDS) that will be receiving the asbestos materials. In the
appropriate spaces, also enter the phone number of the WDS.
4.Provide the name and address of the local, State, or EPA Regional office responsible for administering the asbestos NESHAP program.
5.Indicate the types of asbestos waste materials generated.
6.Enter the number of containers used to transport the asbestos materials listed in Item 5. Also enter one of the following container codes used
in transporting each type of asbestos material (specify any other type of container used 1f not listed below):
DM - Metal drums, barrels
DP - Plastic drums, barrels
BA - 6 mil plastic bags or wrapping
7.Enter the quantities of each type of asbestos material removed in units of linear feet for asbestos cement pipe.
8.Use this space to indicate special transportation, treatment, storage or disposal or Bill of Lading information. If an alternate waste disposal
site is designated, note it here. Emergency response telephone numbers or similar information may be included here.
9.The Owner, authorized agent of the Waste Generator, or Contractor performing the removal and preparing the waste materials for transport
to the WDS must read and then sign and date this certification. The date is the date of receipt by the transporter.
NOTE: The WASTE GENERATOR must retain a copy of this form.
TRANSPORTER SECTION (Items 10 and 11)
10. & 11. Enter name, address, and telephone number of each transporter used, if applicable. Print or type the full name and title of person
accepting responsibility and acknowledging receipt of materials as listed on this Waste Shipment Record for transport. Enter date of
receipt and signature. If transporter is the same as the Owner, authorized agent, or Contractor, so indicate.
NOTE: The TRANSPORTER must retain a copy of this form.
WASTE DISPOSAL SITE SECTION (Items 12 and 13)
12.The authorized representative of the WDS must note in this space any discrepancy between the waste described on this Waste Shipment
Record (manifest) and waste actually received, as well as any improperly enclosed or contained waste. Any rejected materials should be
listed, and the destination of those materials provided. A site that converts asbestos-containing waste material to non-asbestos material is
considered a WDS.
13.The signature (by hand) of the authorized WDS agent indicates acceptance and agreement with statements on this manifest except as noted
in Item 12. The date is the date of signature and receipt of shipment.
NOTE: The WDS must retain a completed copy of this form, AND must send a completed copy to the named Owner and
Contractor in Items 1 and 2, respectively.
F413-025-000 Asbestos Abatement Project Notice of Intent 12-2016
Mail completed form to:
Department of Labor and Industries
PO Box 44614
Olympia WA 98504-4614
Asbestos Project
Notice of Intent
This notice must be received no later than 10 calendar days prior to the start date. Complete all applicable
boxes ― incomplete or illegible notices will not be accepted. Attach separate page(s) with additional
information if needed.
Submitting this form online electronically will provide you with a confirmation email, Notice number, and ability
to print the Notice to post at your job site. Get more information at www.Lni.wa.gov/Asbestos.
Notice Date Start Date Completion Date
Initial
Amended ― circle all changes
On Hold ― Reason:
Off Hold ― Resume Date: New Completion Date:
Emergency
Waiver ― Yes No
Who did you speak with at L&I? Date:
Site Work Hours: Project dates and work hours must be exact.
Additional Shifts
From To From To
Sunday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Monday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Tuesday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Wednesday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Thursday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Friday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Saturday a.m./p.m. a.m./p.m. a.m./p.m. a.m./p.m.
Contractor Information:
Company Name Contractor Certification Number
UBI Phone Number
Email Address Additional Phone Number
Job Site Certified Asbestos Supervisor Supervisor Certification Number Supervisor Phone Number
Additional Job Site Certified Asbestos Supervisor Supervisor Certification Number Supervisor Phone Number
Printed Name of Person Submitting Form Signature
F413-025-000 Asbestos Abatement Project Notice of Intent 11-2016
Property Owner:
Name
Company
Owner’s Agent
Phone Number
Address
City
State
Zip Code
Email Address(es)
Job Site:
Address
Building Name
Room
City
County
State
Zip Code
Facility:
Facility Type
Residential Commercial Educational Industrial Other:
Year of Construction
Prior Use
Size
Job Type
Remodel Repair Demolition Maintenance
Asbestos Project Details:
Select one: Removed Encapsulated
Select one: Indoors Outdoors
Quantity: square feet
Fireproofing Popcorn ceiling/texture Cement Asbestos Board (CAB)
Mastic Wall texture Sheet vinyl
Boiler insulation Duct paper Vinyl Asbestos Tile (VAT)
Roofing Asbestos paper Other:
Quantity: linear feet
Mag/mudded pipe insulation Air cell pipe insulation Ducting/duct insulation
Cement asbestos pipe Duct tape Other:
Control Measures:
Negative pressure enclosure Wrap and cut
Glove bag Wet methods
Mini-enclosure HEPA vacuum
Critical barriers Manual methods
Other: Other:
Respiratory Protection:
½ Mask ― Air Purifying Respirator Type C continuous flow ― Supplied Air
Full Mask ― Air Purifying Respirator Type C pressure demand ― Supplied Air
Powered Air Purifying Respirator Other:
APPENDIX B
STANDARD PLANS AND DETAILS
Transportation
STD. Plan No.Title Version
101 Cement Concrete Curbs 09/07/17
101.1 Cement Concrete Curb Installation at Catch Basins 03/05/15
102 Cement Concrete Sidewalk 10/09/17
106 Typical Construction and Adjustment of Manhole Risers 10/10/17
109 Pavement Marking Notes 04/14/25
127 Mid-Block Crosswalk and Stop Bar Pavement Markings 04/14/25
128 Intersection Crosswalk and Stop Bar Pavement Marking 04/14/25
129 Sign Mounting on Single Metal Post 09/28/16
Surface Water
STD. Plan No.Title Version
200.00 Catch Basin Type 1 09/28/18
200.10 Catch Basin Type 1L 09/28/18
201.00 Catch Basin Type 2 09/28/18
202.00 Catch Basin Installation 09/28/18
204.00 Rectangular Frame 10/19/22
204.10 Rectangular Solid Metal Cover 09/18/18
204.20 Rectangular Vaned Grate 09/28/18
204.50 Storm Round Frame and Cover 09/28/18
204.60 Miscellaneous Details for Drainage Structures 09/28/18
212.00 Stake and Wire Fence 09/28/18
214.00 Silt Fence 09/28/18
215.10 Stabilized Construction Entrance 09/28/18
216.30 Catch Basin Insert 09/28/18
Water
STD. Plan No.Title Version
300.70 Polypigging New Water Mains 06/28/23
310.10 Fire Hydrant Assembly 06/28/23
310.20 Fire Hydrant Assembly Shear Blcok 06/23/23
310.30 Fire Hydrant Assembly Pavement Marker 06/28/23
320.10 1" Water Service 06/28/23
320.20 1.5" and 2" Water Service in Planting Strip 06/28/23
330.10 Concrete Blocking for Horizontal Fittings 06/28/23
330.20 Concrete Blocking for Vertical Fittings 06/28/23
330.30 Concrete Blocking for Vertical fittings with Restrained Joints 06/28/23
330.40 Concrete Blocking Pipe Clamp and Anchor Rods 06/28/23
330.50 Shackle Rod Joint Restraint System 06/28/23
330.70 Valve Box, Operating Nut Extension, and Marker Post 06/28/23
340.10 2" Blow-Off Assembly (Permanent)06/28/23
340.20 2" Blow-Off Assembly (Temporary)06/28/23
340.30 1" Air and Vacuum Release Valve Assembly 06/28/23
Standard Plan and Detail Table of Contents
Sanitary Sewer
STD. Plan No.Title Version
400.5 Abandon Manhole 10/26/20
406.1 Side Sewer Stub Installation 10/26/20
WSDOT
STD. Plan No.Title Version
J-40.10-04 Locking Lid Standard Duty Junction Box Type 1 & 2 04/28/16
J-90.21-02 Small Cable Vault 06/28/18
M-9.50-02 Bicycle Lane Symbol Layout 06/24/14
M-20.10-04 Longitudinal Marking Patterns 08/02/22
M-20.20-02 Profiled and Embossed Plastic Lines 04/20/15
M-20.30-05 Longitudinal Marking Supplement with Raised Pavement Markers 06/28/24
M-24.40-02 Symbol Markings~Traffic Arrows for Low Speed Roadways 04/20/15
Miscellaneous
STD. Plan No.Title Version
H031 Monument Detail 02/01/89
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
PATCHED AREA
i
A q
COVER
COVER PER STD PLAN 401
SEE NOTE 9)
SEAL WITH AR 4000 OR APPROVED
EQUAL AND DRY SAND AFTER P L A N
PATCHING
NTS
OUTSIDE DIAMETER OF
SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2
X
gOTTOM OF FRAME
t----
MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE
SEE NOTE 3 AND SPECIAL PROVISION NOTE 6.
7-05.3(1).
SECTION A-A
NOTES
1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON.
FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT
SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE
ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY.
2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED.
HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW
THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.
3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN
MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN
VISIBLE UPON COMPLETION.
4. MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION
STD. PLAN - 106
j PUBLIC WORKS
TY'CAL CONSTRUCTION A ROVED:
al' DEPARTMENT AND ADJUSTMENT OF
flMANNOLERISER3
e o r>tor DA E
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 AND EMBOSSED 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 ROADWAYS
WITH SPEED LIMITS OF 30 MPH OR HIGHER, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON PUBLIC
WORKS/TRANSPORTATION.
SUPPLEMENTAL TYPE 2 RAISED PAVEMENT MARKERS WITH REFLECTORS SHALL BE REQUIRED ON ROADWAYS
WITH SPEED LIMITS OF 25 MPH OR LOWER, WHERE MINIMUM REQUIRED LIGHTING LEVELS ARE NOT MET AND/OR
WHERE CITY OWNED STREET LIGHTS DO NOT EXIST, OR UNLESS OTHERWISE APPROVED BY CITY OF RENTON
PUBLIC WORKS/TRANSPORTATION.
PAVEMENT LETTERS, 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: FFA9ADCA-D050-445F-B750-15F9271FC791
4/4/2024 | 4:24 PM PDT
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
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
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/
REDUCING SECTION
36
20
40"
24"
6"
8"
8"
12"
4"32",SEE N O T E6
28
SE
E
N
O
T
E 6 4"
MI N. (T
Y P.)44"
2"PRECAST BASE
SECTION SEE NOTE 1
ALTERNATIVE
PRECAST BASE SECTION 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 26". 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'.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 3 BAR
EACH CORNER 18"
MIN.3
BAR HOOP
PIPE
ALLOWANCES
PIPE
MATERIAL MAXIMUM INSIDE
DIAMETER
REINFORCED
OR PLAIN CONCRETE 18"
ALL
METAL PIPE 21"CPSSP*,STD.
SPEC.
9-05.20
18"SOLID WALL PVC,STD. SPEC. 9-
05.12(1)
21"PROFILE WALL PVC,STD. SPEC. 9-
05.12(2)
21"CORRUGATED
POLYETHYLENE STORM SEWER PIPE
TWO #3 BAR HOOPS
3 BAR EACH SIDE
3 BAR EACH WAY
3 BAR EACH CORNER
CATCH BASIN TYPE 1L
STD. PLAN -
200.
10
PUBLICWORKS
DEPARTMENT APPROVED:DATEGregg
Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS
NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-
602A-4E4A-B436-A317AA638878 9/28/2018 |
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
FRAME AND VANED GRATE
ADJUSTMENT SECTION
NOTES:
1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER,
DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO
MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3.
2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED.
3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT.
4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND.
5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR.
6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3.
7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-20.3(2).
8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS.
9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF
SUFFICIENT LENGTH.
10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION.
BASE SECTION
SEE NOTE 4
CLEAN SURFACE AND BOTTOM AREA.
PROVIDE UNIFORM CONTACT. THE SURFACE
AREA OF THE BASE SECTION MUST BE
MORTARED TO THE BOTTOM AREA OF THE
ADJUSTMENT SECTION
CATCH BASIN INSTALLATION
STD. PLAN - 202.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
NOTES:
1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE
STANDARD PLANS 204.10, 204.20, AND 204.30.2.
BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS,
UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME
THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE
FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING
TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-
DOWN HOLES VARIES BY MANUFACTURER.3.
REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS.
GRATE
FRAME
SEE
NOTE 2 RECESSED
ALLEN HEAD
CAP SCREW 5/
8" - 11 NC x 2"SECTION
A DETAIL
TOP
ISOMETRIC
VIEW BOLT-
DOWN HOLE (TYP.) ~ 5/8",11
NC, SEE DETAIL AND NOTE 2 29
1/4"25
1/4"SECTION
BOLT-DOWN DETAIL 24
1/4"SEE
DETAIL 3/
4"4
1/2"1
5/8"2
1/2"1
5/8"1
1/4"3/
4"7/
8"1/
8"ARECTANGULAR
FRAME STD.
PLAN - 204.00 PUBLIC
WORKS DEPARTMENT
APPROVED:
DATEMartin
PastuchaPublic
Works Administrator UNLESS
OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign
Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/
19/2022 | 2:52 PM PDT
NOTES:
BOLT-DOWN SLOT DETAIL
SEE NOTE 1
SECTION A
TOP
SECTION B
SECTION C
1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES,
GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED.
PROVIDE TWO HOLES IN THE FRAME THAT ARE
VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.
THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN
HEAD CAP SCREW BY BEING TAPPED, OR OTHER
APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES
VARIES BY MANUFACTURER.
2.ALTERNATIVE REINFORCING DESIGNS ARE ACCEPTABLE IN
LIEU OF THE RIB DESIGN.
3.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR
ADDITIONAL REQUIREMENTS.
4.FOR FRAME DETAILS, SEE CITY OF RENTON STANDARD
PLAN 204.00.
24"
1 1/2"
3"
R26", SEE NOTE 2
BOLT-DOWN SLOT,
SEE DETAIL AND
NOTE121/2" DIA. HOLE
1 5/8" MAX.
4 3/4"1 1/2"
3"
R39", SEE NOTE 2
1 1/2"
1/2" DIA. HANDLE
3/4" DIA. HOLE
5/8"
3/4"
4"
3 1/2"
5"
1/2"
3/4"
1 1/4"
5/8"ACB20"
ISOMETRIC
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
RECTANGULAR SOLID METAL COVER
STD. PLAN - 204.10
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
NOTES:
ISOMETRIC
SECTION B
TOPFOUNDRY
NAMEDIFLOW
SECTION A
1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND
COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN
THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR
COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN
HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED
MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY
MANUFACTURER.
2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL
REQUIREMENTS.
3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00.
FLOWFLOWBOLT-DOWN SLOT DETAIL
SEE NOTE 1
1/2"
3/4"
1 1/4"
5/8"
BOLT-DOWN SLOT,
SEE DETAIL AND
NOTE 1
20"
5"
5"
5"
3"
1"
3"
5"
5"
5"
DIRECTION OF FLOW
24"
7 OR 8 EQUAL SPACES
1 5/8" MAX.
A
BOUTFALL TO STREAM DUMP NO POLLUTANTS
3/8" RECESSED LETTERING
RECTANGULAR VANED GRATE
STD. PLAN - 204.20
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
COVER SECTION VIEW ASTM A48 CL35B00371780MO/
DA/YR X3717C1PTEON
BOLTING DETAIL GASKET
GROOVE DETAIL FRAME
SECTION VIEW
COVER
BOTTOM
VIEW
PLAN VIEW DRAINIFCOMADEINUSA EJIW DUMPNO P OL LU T
A
N
T
S -
DRAINS T O S T REAMR
E
N T O N NOTES:1.ALL COVERS SHALL BE LOCKING
LID PER EJ
No. 3717C1 OR
APPROVED EQUAL.1/2"
LETTERING BOLT HOLES - 3 PLACES
EQUALLY SPACED 120° APART ON 23
1/16" DIA. B.
C.1 1/4"
LETTERING 1)
1" DIA.
PICKHOLE
25" DIA.3/
4"1"2
1/
2"8 3/4"TYP.)
3) BLT SOC. (ALLEN HEAD)5/8"-11
x
1.5
SS RUBBER WASHER 5/
8"25 1/4"
DIA.26 1/2" DIA.23
3/8" DIA. CL
OPEN 27 5/16"
DIA.34 1/
8" DIA.1
1/16"6"1/8"
1/4"
1 1/16"R1/8"
1/4" DIA. NEOPRENE GASKET
STORM
ROUND FRAME AND COVER
PUBLIC)STD.
PLAN -
204.
50PUBLIC
WORKS DEPARTMENT APPROVED:
DATEMartin Pastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING
IS NOT TO SCALE (NTS)DocuSign Envelope ID:
3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/
5"
ECCENTRIC CONE SECTION
72" FLAT SLAB TOP
RECTANGULAR ADJUSTMENT SECTION
CIRCULAR ADJUSTMENT SECTION
PREFABRICATED LADDER
STEP
84" or 96" FLAT SLAB TOP
NOTES:
1.AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF
0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS.
48", 54", or 60" FLAT SLAB TOP
20"x24", 24" DIA.,
48" DIA., OR 54"
DIA. HOLE
6 BARS @ 7" SPACING
12"
2" (TYP.)
1" MIN.
2 1/2" MAX.
12" (TYP.)
12"
9"
6"
48"
MAX.
24"
MIN.
5 BARS @ 6" SPACING
20"x24", 24" DIA.,
48" DIA., OR 54"
DIA. HOLE
8"
2" (TYP.)
1" MIN.
2 1/2" MAX.
TYPICAL ORIENTATION
FOR ACCESS AND STEPS
6"
9 1/2" MAX.
12"
MIN.
48" MIN.
24"
MIN.
18" MIN.
42" MAX.
4 BARS @ 6" SPACING
20"x24" OR
24" DIA. HOLE
8"
2" (TYP.)
1" MIN.
2 1/2" MAX.
34"
ONE #3 BAR HOOP FOR 6"
HEIGHT INCREMENT (SPACED
EQUALLY), SEE NOTE 1
34"
24"
30
20
5"
5"
1", 2", 4", 6", 12", OR 24"
ONE #3 BAR HOOP FOR 6" HEIGHT
INCREMENT (SPACED EQUALLY),
SEE NOTE 1
1", 2", 4", 6",
12", OR 24"
MISCELLANEOUS DETAILS FOR
DRAINAGE STRUCTURES
STD. PLAN - 204.60
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
1.CONDITIONS OF USE
1.1.TO ESTABLISH CLEARING LIMITS, STAKE AND WIRE FENCE MAY BE USED:
1.1.1.AT THE BOUNDARY OF CRITICAL AREAS, THEIR BUFFERS AND OTHER AREAS REQUIRED TO BE LEFT UNCLEARED.
1.1.2.AS NECESSARY TO CONTROL VEHICLE ACCESS TO AND ON THE SITE.
2.MAINTENANCE AND REQUIREMENTS
2.1.IF THE FENCE IS DAMAGED OR VISIBILITY REDUCED, IT SHALL BE REPAIRED OR REPLACED IMMEDIATELY AND VISIBILITY RESTORED.
2.2.DISTURBANCE OF A CRITICAL AREA, CRITICAL BUFFER AREA, NATIVE GROWTH RETENTION AREA, OR OTHER AREA REQUIRED TO BE
LEFT UNDISTURBED SHALL BE REPORTED TO THE CITY OF RENTON FOR RESOLUTION.
2.3.THE CITY MAY REQUIRE MORE SUBSTANTIAL FENCING IF THE FENCE DOES NOT PREVENT ENCROACHMENT INTO THOSE AREAS THAT
ARE NOT TO BE DISTURBED.
NOTES
SURVEYFLAGGINGBAILINGWIRE
DO NOT NAIL OR STAPLE WIRE
TO TREES
METAL FENCE POST (TYP.)3' MIN.
10' - 20'
12" MIN.
STAKE AND WIRE FENCE
STD. PLAN - 212.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
1.CONDITIONS OF USE
1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS.
1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED
FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND.
2.DESIGN AND INSTALLATION SPECIFICATIONS
2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE.
2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED
FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE.
2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V
2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND
SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE.
2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE.
3.MAINTENANCE STANDARDS
3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY.
3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND.
3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING
CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT.
3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH.
3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED.
NOTES:
JOINTS IN FILTER FABRIC SHALL BE SPLICED AT
POSTS. USE STAPLES, WIRE RINGS, OR
EQUIVALENT TO ATTACH FABRIC TO POSTS
2"x2" 14 GAUGE WIRE, OR
EQUIVALENT, IF STANDARD
STRENGTH FABRIC USED
FILTER FABRIC
2' MIN.
12" MIN.
4"x4" MIN. TRENCH
BACKFILL TRENCH WITH NATIVE SOIL
OR 3/4" TO 1-1/2" WASHED GRAVEL
2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.)
6' MAX.
POST SPACING MAY BE INCREASED
TO 8' IF WIRE BACKING IS USED
AOS (ASTM D4751)
30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM
50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS
WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1 MINIMUM
GRAB TENSILE STRENGTH (ASTM D4632)
180 LBS. MIN. FOR EXTRA STRENGTH FABRIC
100 LBS. MIN. FOR STANDARD STRENGTH FABRIC
GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN)
ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN.
SILT FENCE
STD. PLAN - 214.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
EXIST I N G R O A D
1.CONDITION OF USE
1.1.CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER
PAVED AREAS WITHIN 1,000 FEET OF THE SITE.
1.2.FOR RESIDENTIAL CONSTRUCTION PROVIDE STABILIZED CONSTRUCTION ENTRANCES FOR EACH RESIDENCE IN ADDITION TO THE MAIN SUBDIVISION
ENTRANCE. STABILIZED SURFACES SHALL BE OF SUFFICIENT LENGTH/WIDTH TO PROVIDE VEHICLE ACCESS/PARKING, BASED ON LOT SIZE/CONFIGURATION.
2.DESIGN AND INSTALLATION SPECIFICATIONS
2.1.A SEPARATION GEOTEXTILE SHALL BE PLACED UNDER THE SPALLS TO PREVENT FINE SEDIMENT FROM PUMPING UP INTO THE ROCK PAD. THE GEOTEXTILE
SHALL MEET THE FOLLOWING STANDARDS:
2.2.DO NOT USE CRUSHED CONCRETE, CEMENT, OR CALCIUM CHLORIDE FOR CONSTRUCTION ENTRANCE STABILIZATION BECAUSE THESE PRODUCTS RAISE pH
LEVELS IN STORMWATER AND CONCRETE DISCHARGE TO SURFACE WATERS OF THE STATE IS PROHIBITED.
2.3.HOG FUEL (WOOD BASED MULCH) MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN AREAS THAT WILL NOT BE USED FOR PERMANENT ROADS.
HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS. THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS
IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT.
2.4.FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE.
2.5.WHENEVER POSSIBLE, THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM, COMPACTED SUBGRADE. THIS CAN SUBSTANTIALLY INCREASE THE
EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE.
3.MAINTENANCE STANDARDS
3.1.QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS.
3.2.IF THE ENTRANCE IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT, THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF
SEDIMENT SHALL BE USED. THIS MAY INCLUDE STREET SWEEPING, AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE, OR THE INSTALLATION OF A WHEEL
WASH. IF WASHING IS USED, IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK, AND WASH WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND.
3.3.ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING. THE SEDIMENT COLLECTED BY SWEEPING SHALL BE
REMOVED OR STABILIZED ON SITE. THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND
THERE IS A THREAT TO PUBLIC SAFETY. IF IT IS NECESSARY TO WASH THE STREETS, A SMALL SUMP MUST BE CONSTRUCTED. THE SEDIMENT WOULD THEN BE
WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. WASH WATER MUST BE PUMPED BACK ONTO THE SITE AND
CANNOT DISCHARGE TO SYSTEMS TRIBUTARY TO SURFACE WATERS.
3.4.ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY.
3.5.IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S), FENCING SHALL BE INSTALLED TO CONTROL
TRAFFIC.
NOTES:
CONSTRUCTION ENTRANCE NOTES:
1.DRIVEWAYS SHALL BE PAVED TO
THE EDGE OF THE RIGHT-OF-WAY
PRIOR TO INSTALLATION OF THE
CONSTRUCTION ENTRANCE TO
AVOID DAMAGING OF THE
ROADWAY.
2.IT IS RECOMMENDED THAT THE
ENTRANCE BE CROWNED SO THAT
RUNOFF DRAINS OFF THE PAD
INSTALL DRIVEWAY CULVERT
IF THERE IS A ROADSIDE
DITCH PRESENT, AS PER CITY
ROAD STANDARDS
GEOTEXTILE
4"-8" QUARRY SPALLS
12" MIN. THICKNESS
15' MIN.
PROVIDE FULL WIDTH OF
INGRESS/EGRESS AREA
100' MIN.
GRAB TENSILE STRENGTH (ASTM D4632)200 LBS. MIN.
GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN)
CBR PUNCTURE STRENGTH (ASTM D6241)495 LBS. MIN.
AOS (ASTM D4751)20-45 (U.S. STANDARD SIEVE SIZE)
R = 25' MIN.
STABILIZED CONSTRUCTION ENTRANCE
STD. PLAN - 215.10
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
NOTES:
SECTION VIEW
ISOMETRIC VIEW
DRAINAGE GRATE TRIM
GRATE FRAME
FILTERED
WATER
SEDIMENT AND DEBRIS
OVERFLOW BYPASS
BELOW INLET GRATE DEVICE
DRAINAGE GRATE
RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.)
OVERFLOW BYPASS (TYP.)
BELOW INLET GRATE DEVICE
1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR
CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP.
2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM.
3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE.
4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE.
5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS).
6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL.
7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15).
8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE
STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY.
5" MAX.
CATCH BASIN INSERT
STD. PLAN - 216.30
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM PDT
NOTES:
1.THE BACKFLOW PREVENTION ASSEMBLY AND SUPPLY HOSE MUST BE DISCONNECTED DURING HYDROSTATIC PRESSURE TESTING OF THE
NEW WATER MAIN.
2.POLYPIG AND ALL DEBRIS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS VIA SANITARY METHOD PRIOR TO DISINFECTION OF NEW
WATER MAIN.
3.UPON REMOVAL OF POLYPIG, REMOVE TEMPORARY BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG.
4.THE NEW WATER MAIN SHALL BE CONNECTED TO THE EXISTING SYSTEM ONLY AFTER NEW WATER MAIN IS POLYPIGGED, DISINFECTED
AND SATISFACTORY BACTERIOLOGICAL SAMPLE RESULTS ARE OBTAINED.
5.THE INTERIORS OF ALL PIPES AND FITTINGS TO BE USED IN FINAL CONNECTION MUST BE SWABBED OR SPRAYED WITH A 5-6% AVAILABLE
CHLORINE SOLUTION.
NEW DI WATER MAIN
NSF 61 SUPPLY HOSE
METERED BACKFLOW ASSEMBLY
TO BE OBTAINED FROM CITY)
1) 2 1
2" CONTROL VALVE
1) CONSTRUCTION METER
1) RPBA
METER SUPPORT (BY CONTRACTOR)
HYDRANT ON EXISTING WATER MAIN
POLYPIG
TEMPORARY BLOW-OFF ASSEMBLY
1) 2" GALVANIZED PIPE
1) 2" 90° BEND
1) 2" GATE VALVE
POLYPIG STATION
1)VERTICAL CROSS (MJxFL), SIZE TO MATCH WATER MAIN
1)BLIND FLANGE WITH 2" TAP ON TOP OF CROSS
1)TEMPORARY BLOW-OFF ASSEMBLY
1)BLIND FLANGE ON BOTTOM OF CROSS
1) PLUG (MJ) ON END OF CROSS WITH TEMPORARY THRUST BLOCKING
TEMPORARY BLOCKING
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
POLYPIGGING NEW WATER MAINS
STD. PLAN - 300.7
6/28/2023
TO BE REMOVED PRIOR TO FINAL CONNECTION
TO BE REMOVED PRIOR
TO FINAL CONNECTION
CL
A HYDRANT
COMPRESSION TYPE HYDRANT (SEE APPROVED MATERIALS LIST) WITH 6" MJ INLET WITH LUGS, 5 1
4" MVO,
1 1
4" PENTAGON OPERATING NUT, TWO (2) 2 1
2" NST HOSE NOZZLES, AND 4.875" SST PUMPER NOZZLE
EQUIPPED WITH 5" STORZ ADAPTER AND 1/8" STAINLESS STEEL CABLE, WITH EXTENSION IF NECESSARY.
TEE MAIN LINE TEE WITH 6" FLANGE SIDE OUTLET
VALVE 6" GATE VALVE (FLxMJ)
VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7
PIPE CLASS 52 DI, LENGTH TO FIT
JOINT RESTRAINT MECHANICAL JOINT RESTRAINT WITH CONCRETE BLOCKING OR (2) 3/4" CORTEN STEEL TIE RODS
GRAVEL 1 1
4" WASHED DRAIN ROCK, MINIMUM 1' ABOVE BOOT FLANGE WITH 8-MIL POLYETHYLENE SHEETING
AROUND TOP AND SIDES OF GRAVEL
CONCRETE BLOCK MINIMUM 16"x8"x4" CONCRETE BLOCKS UNDER FIRE HYDRANT AND GATE VALVE
BLOCKING CONCRETE BLOCKING PER STD PLAN 330.1
SHEAR BLOCK 4'x4'x6" CONCRETE SHEAR BLOCK AROUND FIRE HYDRANT, SEE STANDARD DETAIL 310.2
PAVEMENT MARKER BLUE REFLECTIVE PAVEMENT MARKER PER STD PLAN 310.3
BE
K
MAIN
ROADWAY
OR
NEARESTLANE
CHANNELIZATION1'MIN A1'
MIN
4"
4"
MINIMUM F MATERIALS NOTES:1.FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF SAFETY YELLOW DTM ACRYLIC
GLOSS OR ENAMEL PAINT.2.PUMPER NOZZLE TO FACE ROADWAY OR
AS DIRECTED BY RRFA.3.A MINIMUM 3' RADIUS UNOBSTRUCTED WORKING AREA SHALL BE PROVIDED AROUND THE
OUTSIDE
OF
THE
HYDRANT.
H
H J
G
D
C
I
B
C
D
E
F
G
H
I J
K
F
PUBLICWORKS
DEPARTMENT APPROVED:DATEMartin
Pastucha Public Works
Administrator FIRE HYDRANT ASSEMBLY
STD. PLAN - 310.
4'x4'x6" CONCRETE SHEAR BLOCK
4'x4'x6" CONCRETE SHEAR BLOCK
ONE MAN ROCK
1
1
1
6
1
6
3' MIN RADIUS
UNOBSTRUCTED WORKING AREA
AROUND OUTSIDE OF FIRE HYDRANT
3' MIN RADIUS
UNOBSTRUCTED WORKING AREA
AROUND OUTSIDE OF FIRE HYDRANT
CUT
FILL
NOTE:
4'x4'x6" CONCRETE SHEAR BLOCK AROUND FIRE HYDRANT WITH EXPANSION JOINT AT BACK OF SIDEWALK, FINISH TO MATCH SIDEWALK, ALL
CONCRETE SHALL BE MINIMUM 3,000 PSI AND SHALL BE MECHANICALLY MIXED - JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE
CONCRETE MIXERS ARE NOT ALLOWED.
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
FIRE HYDRANT ASSEMBLY
SHEAR BLOCK
STD. PLAN - 310.2
6/28/2023
BLUE REFLECTIVE PAVEMENT MARKER,
STIMSONITE MODEL C88 OR EQUAL,
PLACED 4" FROM ROADWAY
CENTERLINE AS INDICATED BELOW
TWO LANE ROAD OFFSET MARKER ON SIDE STREETS WHERE THE HYDRANT IS
WITHIN 20' OF A MAJOR STREET, THE MARKER
SHALL BE INSTALLED ON THAT MAJOR STREET
FOUR LANE ROAD OFFSET MARKER FIVE LANE ROAD OFFSET MARKER
4"0.7"
MARKERMARKER
MARKER MARKER
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
FIRE HYDRANT ASSEMBLY
PAVEMENT MARKER
STD. PLAN - 310.3
6/28/2023
CORPORATION STOP 1" BALL CORPORATION STOP WITH BALL VALVE, AWWA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET,
FORD FB1000-4-Q-NL OR A.Y. MCDONALD 74701BQ
TUBING 1" TYPE "K" SOFT COPPER TUBING
METER SETTER
1" SETTER, QUICK JOINT INLET AND OUTLET, PADLOCK WINGS ON INLET ANGLE BALL VALVE, SINGLE CHECK
VALVE ON OUTLET, FORD VBH74-15W-44-44-Q-NL, A.Y. MCDONALD 721-415WCQQ 44, OR MUELLER
B-24701-6AN, INSTALL CENTERED AND SQUARED IN METER BOX, PROVIDE ADAPTERS FOR 5/8"x3/4" METERS
WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE PROVIDED BY THE CITY
METER BOX
METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ
RENTON WATER"
COUPLER AND PLUG
COUPLER (PACK JOINT x PACK JOINT), FORD C4#-4#-Q-NL, WITH 1" GALVANIZED PLUG IF SERVICE LINE TO
PROPERTY IS TO BE INSTALLED IN THE FUTURE
GRAVEL 1 1
4" WASHED GRAVEL
PROPERTY
LINECITY PIPING
PIPING
PRIVATE
F
BCB
A D
E FINISHED
GRADE
SIDEWALK 9" TO
12"IN UNIMPROVED
ROW,INSTALL METER
BOX AT PROPERTY LINE
WITH 1" COPPER
TAILPIECE 21" TO
30"LOOP DOWN TO CENTERLINE OF WATER
MAIN TO PROVIDE SLACK IN SERVICE LINE TO
METER 22
1
2°24" TO
30"
MAIN
12"
PROPERTY
LINEA
MATERIALS
B
C
D
E
F
G G
PUBLIC
WORKS
DEPARTMENTAPPROVED:
DATEMartin Pastucha Public
Works Administrator 1"
WATER SERVICE STD. PLAN -
320.1 6/
A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT)
PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH
VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING
NUT AND EXTENSION PER STD PLAN 330.7
2" GATE VALVE (FIPT) WITH SQUARE OPERATING
NUT AND EXTENSION PER STD PLAN 330.7
VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 VALVE BOX AND LID PER STD PLAN 330.7
COUPLING 2" x 1 1
2" BRASS COUPLING (MIPT x PACK JOINT),
FORD C44-76-Q-NL OR EQUAL
2" BRASS COUPLING (MIPT x PACK JOINT), FORD
C84-77-Q-NL OR EQUAL
TUBING 1 1
2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING
BEND
1 1
2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR
PACK JOINT x FIPT), FORD L44-66-Q-NL OR
L41-66-Q-NL OR EQUAL
2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR
PACK JOINT x FIPT), FORD L44-77-Q-NL OR
L41-77-Q-NL OR EQUAL
METER SETTER
1 1
2" VERTICAL METER SETTER WITH BYPASS,
FLANGED ANGLE BALL VALVE AND PADLOCK WINGS
ON INLET, ANGLE CHECK VALVE ON OUTLET, AND
BALL VALVE ON BYPASS WITH PADLOCK WINGS,
FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD
730B-612WDFF665, OR MUELLER B-2427N (1 1
2"),
BYPASS NOT PERMITTED ON IRRIGATION METERS
2" VERTICAL METER SETTER WITH BYPASS, FLANGED
ANGLE BALL VALVE AND PADLOCK WINGS ON INLET,
ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE
ON BYPASS WITH PADLOCK WINGS,
FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD
730B-612WDFF665, OR MUELLER B-2427N (2"),
BYPASS NOT PERMITTED ON IRRIGATION METERS
METER SPREADER 13 3
16" RIGID METER SPREADER (TEMPORARY)17 3
16" RIGID METER SPREADER (TEMPORARY)
WATER METER
AMI WATER METER WITH RADIO AND BATTERY UNIT,
TO BE SUPPLIED AND INSTALLED BY CITY FORCES
AMI WATER METER WITH RADIO AND BATTERY UNIT,
TO BE SUPPLIED AND INSTALLED BY CITY FORCES
METER BOX
17"X30" METER BOX, ARMORCAST A6001640PCX18,
WITH METER BOX LID, ARMORCAST
A6001947RCI-H7, TO READ "RENTON WATER"
17"X30" METER BOX, ARMORCAST A6001640PCX18,
WITH METER BOX LID, ARMORCAST
A6001947RCI-H7, TO READ "RENTON WATER"
COUPLER
1 1
2" COUPLER (PACK JOINT x PACK JOINT), FORD
C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF
PRIVATE SERVICE LINE IS NOT YET INSTALLED
2" COUPLER (PACK JOINT x PACK JOINT), FORD
C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF
PRIVATE SERVICE LINE IS NOT YET INSTALLED
GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX,
METER BYPASS TO BE EXPOSED
CRUSHED ROCK BASE TO SUPPORT METER BOX,
METER BYPASS TO BE EXPOSED
B
C
D
E
F
G
H
I
J
K
L
PROPERTY LINEPROPERTY
LINEFINISHED
GRADE SIDEWALK 21"
TO
30"24" TO
30"12"IN UNIMPROVED
ROW INSTALL METER
BOX AT PROPERTY
LINE
WITH 12"
COPPER
TAILPIECE CITY PIPING
PIPING
PRIVATE
A
B
C
D
G
H
I
JK F L M MAIN MATERIALS 1
1/2" SERVICE
2"
SERVICE
9"
TO 12"
F
E
MPUBLIC
WORKS DEPARTMENT APPROVED:
DATEMartin Pastucha
Public Works Administrator 1 1
2" AND 2"
WATER SERVICE IN PLANTING
STRIP STD. PLAN -
NOTES:
1.MINIMUM BEARING AREA MUST BE ADJUSTED FOR PIPE SIZE, PRESSURE, AND SOIL CONDITIONS.
2.FITTINGS SHALL BE POLYWRAPPED PRIOR TO POURING CONCRETE BLOCKING.
3.CONCRETE BLOCKING SHALL BE CAST IN PLACE AND SHALL HAVE A MINIMUM OF 0.25 SF BEARING AREA AGAINST THE FITTING.
4.CONCRETE BLOCKING SHALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP OR DISMANTLING
JOINT.
5.CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO WITHSTAND FULL HYDROSTATIC TEST PRESSURE AS WELL AS TO CONTINUOUSLY
WITHSTAND OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE.
6.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT
ALLOWED.
7.IN MUCK OR PEAT, ALL THRUSTS SHALL BE RESTRAINED BY PILES OR TIE RODS TO SOLID FOUNDATION OR MUCK OR PEAT SHALL BE
REMOVED AND REPLACED WITH BALLAST OF SUFFICIENT STABILITY TO RESIST THRUST.
8.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS.
MINIMUM BEARING AREA
AGAINST UNDISTURBED SOIL (SF) *
PIPE
SIZE
PRESSURE
PSI)
4"
200
300
2/(1)
3/(2)
1/(NONE )
2/(2)
1/(NONE )
2/(1)
NONE
1/(1)
NONE
NONE
6"
200
300
4/(3)
6/(4)
3/(2)
4/(3)
3/(1)
3/(2)
1/(1)
2/(1)
1/(NONE )
1/(NONE )
8"
200
300
7/(5)
11/(8)
5/(3)
8/(5)
4/(3)
6/(4)
2/(2)
3/(2)
1/(1)
2/(1)
10"
200
275
11/(8)
16/(11)
8/(6)
11/(7)
6/(4)
9/(6)
3/(2)
5/(3)
2/(1)
3/(2)
12"
200
250
16/(11)
24/(16)
11/(8)
17/(11)
9/(6)
13/(9)
5/(3)
7/(5)
3/(2)
4/(3)
14"
200
250
22/(13)
33/(22)
16/(11)
23/(16)
12/(8)
18/(12)
6/(4)
9/(6)
3/(2)
5/(3)
16"
200
225
29/(19)
32/(21)
21/(14)
23/(16)
16/(11)
17/(12)
8/(6)
9/(6)
5/(3)
5/(3)
18"200 36/(24)26/(17)20/(13)10/(7)5/(4)
20"200 45/(29)32/(21)24/(16)13/(8)7/(4)
24"200 64/(43)46/(30)35/(23)18/(12)9/(6)
VALUES BASED ON SAFE BEARING LOAD OF 2,000/(3,000) PSF
SOIL TYPE SAFE BEARING LOAD (PSF)
MUCK OR PEAT 0
SOFT CLAY 1,000
SAND 2,000
SAND AND GRAVEL 3,000
CEMENTED WITH CLAY 4,000
HARD SHALE 10,000
E
B
D
A C
B
A B C D E
11 1
4° BEND
22 1
2° BEND
45° BEND90° BEND
CAP / PLUG
TEE
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
CONCRETE BLOCKING
FOR HORIZONTAL FITTINGS
STD. PLAN - 330.1
6/28/2023
NOTES:
1.CONCRETE BLOCKING SIZES BASED ON 200 PSI HYDROSTATIC PRESSURE AND 3,000 PSI CONCRETE.
2.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT
ALLOWED.
3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4.
4.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING.
5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO
MINIMUM 3' COVER.
6.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS.
MINIMUM DIMENSIONS
PIPE
SIZE
BEND
VOLUME
CF)A D *L
4"
11 1
4°8 2.0'3
4"1.5'
22 1
2°11 2.2'
3
4"2.0'
45°30 3.1'
6"
11 1
4°11 2.2'
3
4"2.0'22 1
2°25 2.9'
45°68 4.1'
8"
11 1
4°16 2.5'
3
4"2.0'22 1
2°47 3.6'
45°123 5.0'
12"
11 1
4°32 3.2'
3
4"
2.0'
22 1
2°88 4.5'3.0'
45°232 6.1'2.5'
16"
11 1
4°70 4.1'1"3.0'
22 1
2°184 5.7'
1 1
8"4.0'
45°478 7.8'
20"
11 1 4°91 4.5'
1 1
4"
3.0'
22 1
2°225 6.1'
4.0'
45°560 8.2'
24"
11 1
4°128 5.0'1 1
4"3.5'
22 1
2°320 6.8'
1 3
8"4.5'
45°820 9.4'
D = ANCHOR ROD DIAMETER
45° BEND
L
L
A
A
A
A
L
L
11 1
4° AND 22 1
2 ° BENDS
PIPE CLAMP AND
ANCHOR ROD
PIPE CLAMP AND
ANCHOR ROD
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
CONCRETE BLOCKING
FOR VERTICAL FITTINGS
STD. PLAN - 330.2
6/28/2023
NOTES:
1.NO CHANGE IN PIPE DIRECTION OR DIAMETER SHALL OCCUR WITHIN 36' OF THE VERTICAL BEND. BENDS, TEES, REDUCERS, ETC. BEYOND
THE 36' LIMIT MAY BE RESTRAINED BY STANDARD CONCRETE BLOCKING PER STD PLANS 330.1 AND 330.2.
2.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING.
3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4.
4.JOINT RESTRAINT SHALL BE MEGALUG SERIES 1100 OR EQUAL.
5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO
MINIMUM 3' COVER.
6.90° VERTICAL BENDS SHALL ONLY BE INSTALLED WHERE GIVEN PRIOR APPROVAL BY THE CITY.
7.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT
ALLOWED.
8.BACKFILL TRENCH BEYOND 90° VERTICAL BLOCK WITH CRUSHED SURFACING TOP COURSE MATERIAL COMPACTED TO 95% MDD. CRUSHED
BACKFILL SHALL EXTEND 20' BEYOND BLOCK OR TO FIRM BEARING TRENCH WALL, WHICHEVER IS LESS.
9.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS.
MINIMUM DIMENSIONS
PIPE
SIZE
BEND
VOLUME
CF)A D *L
4"
11 1
4°
BLOCKING NOTREQUIRED221
2°
45°
90°16 2.5'3
4"2.0'
6"
11 1
4°
BLOCKING NOT REQUIRED
22 1
2°
45°13 2.3'3
4"2.0'
90°43 3.5'3
4"2.0'
8"
11 1
4°
BLOCKING NOT REQUIRED
22 1
2°
45°33 3.2'3
4"2.0'
90°86 4.4'3
4"2.0'
10"
11 1
4°BLOCKING NOT REQUIRED
22 1
2°13 2.3'3
4"2.0'
45°64 4.0'3
4"2.0'
90°141 5.2'1"3.5'
12"
11 1
4°BLOCKING NOT REQUIRED
22 1
2°20 2.7'3
4"2.0'
45°111 4.8'3
4"2.0'
90°206 5.9'1 1
8"4.0'
D = ANCHOR ROD DIAMETER
MINIMUM DIMENSIONS BASED ON FOLLOWING CONDITIONS:
PIPE RESTRAINED MINIMUM 36' ON EACH SIDE OF BEND
SAFE BEARING LOAD = 1,000 SF
CONCRETE STRENGTH = 3,000 PSI
CONCRETE WEIGHT = 150 PCF
HYDROSTATIC PRESSURE = 200 PSI
TRENCH = TYPE 2 FLAT BOTTOM TRENCH WITH LIGHTLY
CONSOLIDATED BACKFILL PER ANSI/AWWA C150/A21.50
FACTOR OF SAFETY = 1.5
SOIL FRICTIONAL RESISTANCE BASED ON COHESIVE
GRANULAR SOIL (GC+SC), SAND, GRAVEL, CLAY MIXTURE
CONCRETE BLOCKING DESIGN MUST BE ADJUSTED FOR
VARIANCES IN ANY OF THESE CONDITIONS.
45° BEND
L
L
A
A
A
A
L
L
11 1
4° AND 22 1
2 ° BENDS
PIPE CLAMP AND
ANCHOR ROD
PIPE CLAMP AND
ANCHOR ROD
A
A
L
L
90° BEND
PIPE CLAMP AND
ANCHOR ROD
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
CONCRETE BLOCKING
FOR VERTICAL FITTINGS
WITH RESTRAINED JOINTS
STD. PLAN - 330.3
6/28/2023
WATER
MAIN
PIPE CLAMP
HEAVY DUTY HOT-DIPPED GALVANIZED PIPE CLAMP, COOPER B-LINE B3132 OR EQUAL, WITH OPENINGS TO
ACCOMMODATE ANCHOR ROD DIAMETER
ANCHOR ROD ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE PER STD PLAN 330.2 AND STD PLAN 330.3
NUT
HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD
DIAMETER, TIGHTEN TOP NUTS TO TENSION BOLTS AND LOWER NUTS TO COMPRESS CLAMP SNUG
WASHER
ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD
DIAMETER
A
MATERIALS
B
C
D
A
B
C
D
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
CONCRETE BLOCKING
PIPE CLAMP AND ANCHOR RODS
STD. PLAN - 330.4
6/28/2023
NOTES:
1.SHACKLE RODS SHALL BE USED AS A JOINT RESTRAINT SYSTEM WHERE INDICATED IN THE PLANS OR SPECIFICATIONS OR WHERE
OTHERWISE REQUIRED BY THE ENGINEER.
2.INSTALL THE JOINT RESTRAINT SYSTEM IN ACCORDANCE WITH MANUFACTURER'S DIRECTIONS TO ENSURE ALL JOINTS ARE MECHANICALLY
LOCKED TOGETHER.
3.EYE BOLTS SHALL BE INSTALLED TO PULL AGAINST THE MJ BODY AND NOT THE MJ FOLLOWER. TORQUE NUTS AT 75-90 FT-LB.
4.INSTALL RODS AT EQUAL THREAD DEPTH INTO COUPLING NUTS. ARRANGE RODS SYMMETRICALLY AROUND THE PIPE.
5.WHERE A MJ VALVE OR FITTING IS SUPPLIED WITH SLOTS FOR "T" BOLTS INSTEAD OF HOLES, AN ADAPTER (FLXMJ) SHALL BE USED TO
PROVIDE ADEQUATE SPACE FOR TIE BOLT INSTALLATION.
6.NO RUN OF RESTRAINED PIPE SHALL BE GREATER THAN 60' IN LENGTH BETWEEN FITTINGS. INSTALL LONG BODY SLEEVES WHERE A
CONTINUOUS RUN OF PIPE GREATER THAN 60' IS REQUIRED TO BE RESTRAINED.
7.CONTINUOUSLY RESTRAINED RUNS SHALL USE MJ PIPE WITH EYE BOLTS INSTALLED AS ROD GUIDES AT EACH JOINT.
ROD 3/4" ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE AS FOLLOWS:
MAIN
DIAMETER
NUMBER
OF RODS
4", 6"2
8", 10", 12"4
16", 18"8
20"10
EYE BOLT 3/4" 90° EYE BOLT, CORTEN, WITH EYE TO ACCOMMODATE 3/4" ROD, ROMAC OR EQUAL
COUPLING NUT 3/4" FULL HEX COUPLING NUT WITH CENTER STOP, ASTM A563 GRADE OR STAINLESS STEEL
WASHER 3/4" ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS
NUT 3/4" HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS
A
MATERIALS
B
C
D
E
MAX 60'
CA DEB
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
SHACKLE ROD
JOINT RESTRAINT SYSTEM
STD. PLAN - 330.5
6/28/2023
VALVE OPERATING NUT EXTENSION
VALVE MARKER POST
SECTION A-A
AA
VALVE BOX AND LID
NOTES:
1.EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN 3'
BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM
OF 1' LONG. ONLY ONE EXTENSION TO BE USED PER VALVE.
2.ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED,
WITH ANTICORROSION COATING CONFORMING TO AWWA C210
NOTES:
1.VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES
OUTSIDE PAVED AREAS.
2.DISTANCE TO VALVE SHALL BE NEATLY STENCILED ON THE POST
WITH 2" NUMERALS.
MAIN
3"
MIN
VALVE BOX
TWO-PIECE VALVE BOX WITH REGULAR
BASE SECTION TO FIT AND STANDARD 8"
TOP SECTION, OLYMPIC FOUNDRY INC
940 OR RICH #045 (NON-LOCKING)
VALVE BOX LID
COVER TO MATCH VALVE BOX
MANUFACTURER, TO READ "WATER",
WITH EARS IN DIRECTION OF WATER
MAIN
HMA COLLAR
8" THICK HMA FOR VALVE IN PAVED
AREA OR 3'x3'x6" CONCRETE PAD IN
UNPAVED AREA
OPERATING
NUT EXTENSION
SEE DETAIL, THIS SHEET
MARKER POST
WHITE MARKER POST WITH ANCHOR
BARB AND BLUE LABEL TO READ
WATER", CARSONITE UTILITY MARKER
CRM3-066-08 OR EQUAL
A
B
C
D
E
MATERIALS
3 3
4"
62"
34"
24"
12"
8" TO 12"
2" SQUARE
OPERATING NUT
4 1
4" DIAMETER
1
8" MIN THICKNESS
1" DIAMETER STEEL,
LENGTH AS REQUIRED
1
8" MIN THICKNESS
2 1
4" INSIDE MEASUREMENT
2 1
4" DEPTH
D
A
C
B
E
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
VALVE BOX,
OPERATING NUT EXTENSION,
AND MARKER POST
STD. PLAN - 330.7
6/28/2023
PLAN
PROFILE
TEE MAIN LINE TEE WITH 4" SIDE OUTLET (MJxFL) WITH PLUG (MJ)
GATE VALVE
4" GATE VALVE WITH 2" SQUARE OPERATING NUT AND VALVE OPERATING NUT EXTENSION AS REQUIRED
PER STD PLAN 330.1
VALVE BOX AND LID VALVE BOX AND LID PER STD PLAN 330.8
FLANGE 4"x2" TAPPED FLANGE (FLxFIPT)
PIPE 2" BRASS OR BRONZE NIPPLE, LENGTH TO FIT
BEND 2" 90° BRASS BEND (FIPT x PACK JOINT), FORD C14-77-Q-NL OR EQUAL
ADAPTER 2"x2 1
2" BRASS ADAPTER (FIPTxMNST)
CAP 2 1
2" CAP (FNST) WITH GASKET, NOT VENTED
METER BOX AND LID
METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ
RENTON WATER", EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH SIDES OF METER BOX
BLOCKING CONCRETE BLOCKING PER STD PLAN 330.1
FINISHED GRADE
MAIN
A
C
DB
F
E
6"
E
G
I
I
A
B
D
H
4" TO 6"
H
A
B
C
D
E
F
G
H
I
J
J
J
MATERIALS
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
2" BLOW-OFF ASSEMBLY
PERMANENT)
STD. PLAN - 340.1
6/28/2023
330.7
A PLUG OR CAP MAIN LINE PLUG OR CAP WITH 2" TAP (FIPT)
PIPE 2" CLOSE NIPPLE
BEND 2" 90° BRASS BEND (FIPTxFIPT)
PIPE 2" BRASS OR BRONZE NIPPLE, LENGTH TO FIT
GATE VALVE 2" GATE VALVE (FIPTxFIPT) WITH SQUARE OPERATING NUT AND VALVE OPERATING NUT EXTENSION AS
REQUIRED PER STD PLAN 330.1
VALVE BOX AND LID VALVE BOX AND LID PER STD PLAN 330.8
BLOCKING
CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST
UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND
SOIL CHARACTERISTICS.
D
B
C
E
F
G
PROFILE
PLAN
WATER MAIN
C D
A
B
C
D
E
E
F
C
D
D
D
C
C
G
18"
MATERIALS
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
2" BLOW-OFF ASSEMBLY
TEMPORARY)
STD. PLAN - 340.2
6/28/2023
CORPORATION STOP 1" BALLCORP WITH AWWA TAPERED (CC) INLET AND COPPER THREAD OUTLET, FORD FB600-4-NL OR EQUAL
SWING JOINT 1" BRASS SWING JOINT
PIPE 1" TYPE "K" SOFT COPPER TUBING
COUPLING 1" STRAIGHT COUPLING (MIPT x PACK JOINT), FORD C84-44, MUELLER H15428, OR EQUAL
GATE VALVE 1" BRONZE GATE VALVE, THREADED, RED-WHITE VALVE NO. 280, OHIO BRASS NO. 2500, OR EQUAL
UNION 1" BRASS UNION
PIPE 1" BRASS NIPPLE
AIR & VACUUM
RELEASE VALVE
ASSEMBLY
1" AIR AND VACUUM RELEASE VALVE ASSEMBLY, APCO NO. 143-C, VAL-MATIC NO. 201-C, OR CRISPIN UL10,
OR EQUAL
PIPE 1" GALVANIZED IRON NIPPLE
BEND 1" 90° GALVANIZED IRON BEND
UNION 1" GALVANIZED IRON UNION
PIPE 1" GALVANIZED IRON PIPE, LENGTH TO FIT
SWING JOINT (
1) 2"X1" BELL REDUCER
2) 2" 90° STREET ELLS
PIPE 2" GALVANIZED IRON PIPE, LENGTH TO FIT, FIELD LOCATE
BEND 2" 180° RETURN BEND, OPEN PATTERN
STRAINER 2" BEEHIVE STRAINER
METER BOX AND LID
METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ
RENTON WATER"
GRAVEL 1 1
4" WASHED GRAVEL
A
B
C
D
E
F
G
H
I
J
K
L
M
N
O
P
Q
R
12"
MIN
A
B C
D
E
F
G B
G
H
I J K
L M
N
O
P
Q
6" MIN
5" TO 18"
NOTES:
1.AIR AND VACUUM RELEASE VALVE ASSEMBLY MUST BE INSTALLED AT THE HIGHEST POINT IN THE WATER MAIN. IF THE HIGH POINT FALLS
IN A LOCATION WHERE THE ASSEMBLY CANNOT BE INSTALLED, PROVIDE ADDITIONAL DEPTH OF MAIN TO CREATE THE HIGH POINT AT A
LOCATION WHERE THE ASSEMBLY CAN BE INSTALLED.
2.LOCATE METER BOX OUTSIDE OF TRAFFIC AREAS, BEHIND THE CURB.
MAIN
R
MATERIALS
FINISHED GRADE
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
1" AIR AND VACUUM RELEASE
VALVE ASSEMBLY
STD. PLAN - 340.3
6/28/2023
I
DocuSign Envelope ID:345B681D-914F-4F2D-AB59-7C192D3B78A3
1 1
i
REMOVE MANHOLE COVER, i 1 IN ROADWAYS, RESTORE PER
FRAME, ADJUSTMENT RINGS
Et
STANDARD PLAN 110.1.
AND CONE (OR FLAT TOP) 118 OUTSIDE OF ROADWAYS, RESTORE
TO A DEPTH OF AT LEAST awl TO MATCH THE ADJACENT AREA.
4 FEET BELOW THE FINISHED
GRADE ELEVATION.
2{- f
I• •. cam•
4.
COMPACTED SAND,
fAir. 12:. •,' —'GRAVEL BORROW OR CDF
444111
1-
t ;
OW ew
CONCRETE PLUG 2 y . \
MINIMUM OF 12" IN LENGTH) y ! tiS•! y ? •'
A
CONCRETE PLUG
s!,,Mi•'',41 MINIMUM OF 12" IN LENGTH)
w91-
DRAINAGE HOLE
TYPICAL)
NOTES:
1. DRILL A MINIMUM OF 4 — 2" DRAINAGE HOLES IN THE BOTTOM OF THE MANHOLE.
2. PLUG ALL INCOMING AND OUTGOING PIPES WITH CONCRETE.
3. FILL THE MANHOLE WITH COMPACTED SAND, GRAVEL BORROW (SECTION 9-03.14(1)) OR CDF.
4. DEBRIS FROM BREAKING THE UPPER PORTION OF THE MANHOLE MAY BE MIXED
WITH THE FILL MATERIAL SUBJECT TO THE APPROVAL OF THE ENGINEER.
5. THE FRAME AND COVER SHALL BE SALVAGED AND ALL OTHER MATERIAL DISPOSED OF.
s Y
r„d Ykor iW e
0,,, STD.PLAN-400.5
PUBLIC WORKS rzPPR 6p y Eeby.
DEPARTMENT ABANDON MANHOLE Martin PastL S#i/2o2o 12:55
9F N T O
Ri DATEF8449D...
DocuSign Envelope ID:345B681 D-914F-4F2D-AB59-7C192D3B78A3
r<)
r-1 r 7 I
EX. SEWER MAIN
I PROPERTY LINE
I r SPOOL Z
LENGTH AS NEEDED) 3' 0" MIN.
o
6" SEWER STUB n MitFUTURE 4" SIDE SEWER
EiI IMI[i[oi;llic IDE 3
1 II t f \- 2'•x 4" STUD MARKING POST PAINTEDt6" CAP WHITE WITH THE WORD "SEWER" STENCILEDIlSEWERMAINTEEX6" TEE I IN 3" HIGH BLACK LETTERS AND #6 WIRE
SIDEWALK z WRAPPED AROUND THE STUD AND
ii
w\ I al EXTENDED TO THE TOP OF THE STUD.
I i ` COUPLING (TYP.) L_J L J : Q
t.J
13 6"X6"X6" SURFACE CLEANOUT WITH CAST IRON RING AND COVER
EAST JORDAN IRON WORKS PRODUCT NO. 00367502 OR
I r APPROVED EQUAL, SPECIFY "SEWER" ON LID),
o CLEANOUT TO BE CENTERED IN A 2'x2' CONCRETE PAO.
III CONCRETE PAD TO BE 8" IN DEPTH.
1
rT
T-
J r T
BEND AS 8'
REQUIRED
EXISTING SANITARY
SEWER MAIN 2 0% MIN. SLOPE
FUTURE 4" SIDE SEWER
6" SEWER STUB 6"X6"X6" WYE
FUTURE 6"x 4" REDUCER
SEWER MAIN SIZE X 6" TEE
ACCEPTABLE PROCEDURES FOR SIDE SEWER CONNECTIONS TO EXISTING SEWER MAIN
A. VITRIFIED CLAY MAIN - CUT IN A NEW PVC "TEE" USING "STRONG-BACK" FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL).
B. CONCRETE MAIN - CUT IN A NEW PVC "TEE" USING "STRONG-BACK" FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL).
C. PVC & C900 PVC MAIN - CUT IN NEW TEE USING RIGID COUPLINGS OR CORE-DRILLED WITH A ROMAC SADDLE
OR APPROVED EQUAL).
D. DUCTILE IRON MAIN - CORE-DRILLED WITH A ROMAC SADDLE (OR APPROVED EQUAL)
E. LINED MAIN - CONNECTION TO SEWER MAINS THAT HAVE BEEN LINED (CIPP, ETC.); CUT IN A NEW PVC "TEE" USING
STRONG-BACK" FLEXIBLE COUPLINGS (FERNCO OR APPROVED EQUAL).
F. HDPE - CORE-DRILLED WITH A ROMAC SADDLE. "INSERTA-TEE" MAY BE USED ON SEWER MAINS 12" DIAMETER OR LARGER.
G. MANHOLE CONNECTION - ALL CONNECTIONS TO MANHOLES SHALL BE AT MANUFACTURED KNOCK-OUTS OR THE STRUCTURE
SHALL BE CORE-DRILLED AND USE KOR-N-SEAL BOOTS OR APPROVED EQUAL.
NOTES:
1. PRIOR TO INSTALLATION OF A SANITARY SEWER STUB, A SIDE SEWER STUB PERMIT MUST BE PURCHASED FROM THE CITY OF
RENTON PUBLIC WORKS DEPARTMENT.
2. UNLESS OTHERWISE SHOWN ON PLAN. SIDE SEWER SHALL HAVE A MINIMUM 2.5' COVER AT PROPERTY LINE OR 3-5' LOWER
THAN THE LOWEST HOUSE ELEVATION, WHICHEVER IS LOWER.
3. SIDE SEWERS SHALL HAVE A MINIMUM 2 % SLOPE UNLESS APPROVED BY THE PUBLIC WORKS INSPECTOR.
4. FOR INSPECTION OF THE SIDE SEWER STUB, CALL 24 HOURS IN ADVANCE. THE INSPECTION PHONE NUMBER IS ON THE SIDE
SEWER STUB PERMIT. SITE MUST BE READY FOR INSPECTION AND A REPRESENTATIVE ON SITE WHEN INSPECTOR ARRIVES AT
THE APPOINTED TIME. DO NOT BACKFILL THE TRENCH UNTIL APPROVAL IS GIVEN BY THE INSPECTOR.
5. ALL TRENCH RESTORATION FOR SIDE SEWERS IN THE PUBLIC RIGHT-OF-WAY SHALL CONFORM TO STANDARD PLAN 110 OR 110.2.
6. THE SIDE SEWER STUB SHALL HAVE PIPE BEDDING IN ACCORDANCE WITH STANDARD PLAN 405.
7. ALL SIDE SEWER STUBS SHALL BE INSTALLED BY A CONTRACTOR LICENSED AND BONDED IN THE STATE OF WASHINGTON.
V °<SIDE SEWER STUB STD.PLAN-4016.1
PUBLIC WORKS j INSTALLATION
AP t$g°'
DEPARTMENT Martin Pastuch '26/202c 1 12:
SEWER MAIN TO PROPERTY LINE) nw.8BAS$3F098B4490_
Pubic WorY.AAmini,tr.br DATE
-' -' UJ
□ □ ::J
z c:::
UJ
LL
;;.: cc
I
□
1IT 3IT 10'···_· _·_· ·_· -----~.
..
...
....
...
.------------,1
\ YELLOW-=RLINE,
CENTERLINE & LANE LINE WHITE -LANE LINE
10'
...
30' 10'
YELLOW
NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE
10'
...
30'
REVERSIBLE LANE LINE
10' 30' 10'--_· --•-· _-._--T
\WHITE
WIDE BROKEN LANE LINE
SEE CONTRACT FOR LENGTH
\ YELLOW OR WHITE -
SEE NOTE 2
EDGE LINE & SOLID LANE LINE
NOTES
1. Dotted Extension Line shall be the same color as the line it is extending.
2. Edge Line shall be white on the right edge of traveled way, and yellow on
the left edge of traveled way (on one-way roadways). Solid Lane Line
shall be white .
3. The distance between the lines of the Double Centerline shall be 12"
everywhere, except 4" for left-turn channelization and narrow roadways
with lane widths of 10 feet or less. Local Agencies (on non-state routes)
may specify a 4" distance for all locations.
The distance between the lines of the Double Lane Line shall be 4".
~--------------------4" OR 12" -~ _[ SEE NOTE 3~i==~---------~T
~t
DOUBLE CENTERLINE & DOUBLE LANE LINE
SEE CONTRACT FOR LENGTH
L~I-------~-
\ WHITE
WIDE EDGE LINE & WIDE SOLID LANE LINE
OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS
SEE CONTRACT FOR LENGTH
tL~--------~-
~t L ~------~+-----
DOUBLE WIDE LANE LINE
SEE CONTRACT FOR LENGTH
YELLOW -DBL. CENTERLINE,
WHITE -DBL. LANE LINE
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 1 OF 4 SHEETS
APPROVED FOR PUBLICATION
Aug 2, 2022
STATE DESIGN ENGINEER......
BARRIER LINE YELLOW ~• Washingtan State Department of Transportation
...I
...I w
Cl
Cl
:::i
z
0::: w u.
~i'--~~·
DOTTED LANE LINE WHITE
_s r-~
-------~ YELLOW OR WHITE -
SEE NOTE 1
DOTTED EXTENSION LINE
ROUNDABOUT SPECIFIC LINES
•• • •• 3' .. 2' .. 3' ..
.... l
6' 3'
• • • • 3" • ,. _9•--i-3•l
~8"
t
----------
WHITE
WIDE DOTTED LANE LINE
6' l 6' l
WIDE DOTTED EXTENSION LINE
6'
8"
-----------------~\ YELLOW OR WHI~
WIDE DOTTED ENTRY LINE STRONG LANE LINE -SEE NOTE 1
OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS
4' 3' 4'
•• ·•-· ----· ·•-· ---•• I
8"
WHITE
WIDE DOTTED CIRCULATING LANE LINE
6' l
8"
~ WHITE
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 2 OF 4 SHEETS
APPROVED FOR PUBLICATION
,U,.,,,.£. AA/u,u-✓ Aug 2, 2022
Mark Gaines \Aug 2, 2022 10:17 PDT)
STATE DESIGN ENGINEER...,
~• Washingtan State Department of Transportation
-' -' LU
Cl
Cl
::J
z r:r:
LU
LL
:;.:
CD
Ir:r:
Cl
-·1·
-·1·
10'
T
10'
T
10'
T
10'
T
DIRECTION OF TRAFFIC -(TYPICAL)
20'
T
10'
YELLOW~ CENTERLINE, 7
WHITE -LANE LINE
CENTERLINE & LANE LINE
20'
T
10'
I
YELLOW J)
T
10'
T
10'
l ~r:\ ==i: ~ t\ ~
BLACK CON:RAST
STRIPING (TYP.)
NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE
10' 10' 20'-·1 -· _·_· -10' 10'l ·_· --~~,
YELL~:o~w~y~E~~~~~===:,:;::B:LA=C::~
STRIPING (TYP.)
REVERSIBLE LANE LINE
.. T l -·-· -T T---~
c====•----WHITE[I1====::::11••\--B·~=NTRAST
10' 10' 20' 10' 10'
STRIPING (TYP.)
WIDE BROKEN LANE LINE
NOTE
1. Dotted Extension Line shall be the same color as the line it is extending.
~
/
ISOMETRIC VIEW
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 3 OF 4 SHEETS
APPROVED FOR PUBLICATION
Aug 2, 2022
STATE DESIGN ENGINEER......
~• Washington State Department of Transportation
....I
....I w
0
0
::J
z
0::: w u..
•• ·_· 3' ·_· 3' ·_· _6' _·_· 3' ·_· 3' ·•· ••
BLACK CONTRAST 7
STRIPING (TYP.)
DOTTED LANE LINE
\-WH-IT-E --~
DIRECTION OF TRAFFIC
(TYPICAL)
4"
6' 6' 6' 6'--·1 -· __· --1 -· --1 -· -l ..
WIDE DOTTED EXTENSION LINE
___ 3• T2· ___ 3'
T
BLACK CONTRAST
STRIPING (TYP.)
WHITE
WIDE DOTTED ENTRY LINE
ROUNDABOUT SPECIFIC LINES
2' • 1 ...
...
~12"
6'
•••
BLACK CONTRAST
STRIPING (TYP.)
.. ·1 _· 3' ·1 _· 3' ·1 _· _6' _·_·
3'
· 1 .
3'
BLA~K CONTRAST~--------~-~
WHITE
3'
STRIPING (TYP.)
WIDE DOTTED LANE LINE
T 2· T 2· ___ •• _
1
_ 2· _
1
_ 2· _
1
_
BLACK CONTRAST /
STRIPING (TYP.)
\ YELLOW OR WHITE
(SEE NOTE 1)
DOTTED EXTENSION LINE
• •• -----...
6' 3'
YELLOW OR WHITE
(SEE NOTE 1)
STRONG LANE LINE
4"
· 1 ...
CX) f
OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS
..
4'
•••
3'
• ••
4'
•••
3' ..
BLACK CONTRAST~
-
\ WHITESTRIPING (TYP.)
WIDE DOTTED Cl RC ULATING LANE LINE
..
rof
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 4 OF 4 SHEETS
APPROVED FOR PUBLICATION
Mark Gaines \Aug 2, 2022 10:17 PDT) Aug 2, 2022
STATE DESIGN ENGINEER......
~• Washingtan State Department of Transportation
TAPER DIVIDER ENDS NOTES
TO MATCH INSIDE ~ -=:?---... ,,,,._-------<lllllllll> ~-JUNCTION BOX DIMENSION TABLE 1. All box dimensions are approximate. Exact configurations vary among manufacturers. TAPER OF BOX ""'-BOX INTERIOR LENGTH-1/16"
(TYP.))---,-,-.,----,~
5/16" (IN) X 1 1/2" (IN) s. s. 1/4 5/16" (IN) X 1" (IN) s. s.
COUPLING NUT \
~ BOX TYPE a:: ITEM c(
b .....
SET SCREW (TYP.~ ~,, ---';:= _ (TYP.) -~---
10 GAGE
L..-----------------....1 GALVANIZED
:::IE
A OUTSIDE LENGTH OF JUNCTION BOX
TYPE1
22"
TYPE2
33"
2. Minimum lid thickness shown. Junction Boxes installed in sidewalks, walkways, and shared-use
paths shall have a slip-resistant coating on the lid and lip cover plate, and shall be installed with
the surface flush with and matched to the grade of the sidewalk, walkway, or shared-use path.
The non-slip lid shall be identified with permanent markings on the underside, indicating the
type of surface treatment (see Contract Documents for details) and the year of manufacture.
The permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and
shall be placed prior to hot-dip galvanizing.
LID SUPPORT (TYP.)
(SEE NOTE 3)
GROUND STUD
(SEE NOTE4)
COUPLING NUT
FOR ALTERNATIVE 2 -
SEE SHEET2
LID LIFTING NOTCH -
1/4" (IN) X 3/4" (IN)
HEADED ANCHOR SHEAR
STUD-3/8" (IN) x 3" (IN) 10
COUNT STUDS EVENLY
SPACED AROUND FRAME
(PLACE TO SIDE OF LID
BOLT DOWN SUPPORT A-
NGLE WHEN USING LOCK-
ING DETAIL ALTERNATIVE
2) (SEE NOTE 11)
1 3/8" (IN) DIAM. HOLE WITH
1/2-13 x 1 1/2 STAINLESS
STEEL PENTA HEAD BOLT
BOLT PLATE-SEE DETAIL
TOP OF SOIL
SURFACE OR
FINISHED
GRADE
~w oc ...J~
WCJ me
::!:w
::J::c
:!:en zz
~u:::
= w "<t::c Nl-
3/4
3/4
DIVIDER PLATE
ELEVATION VIEW
(FOR TYPE 2 JUNCTION BOX ONLY)
A
c
E
• I
----d 6-----
LOCKING LID STANDARD
DUTY JUNCTION BOX
(CONDUITS NOT SHOWN)
A
GROUNDING STUD
(SEE NOTE 4)
3/8" (IN) STEEL
COVER PLATE
~ GRS CONDUIT
SECTION 0
4"
(TYP.)
STEEL B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2"
SIDE VIEW c INSIDE LENGTH OF JUNCTION BOX 18"-19" 28"-29"
D INSIDE WIDTH OF JUNCTION BOX 13"-14" 17"-18" 3. Lid support members shall be 3/16" (in) minimum thick steel C, L, or T shape, welded to the frame.
.I
E LID LENGTH 17 5/8" 28 5/8"
F LID WIDTH 12 5/8" 18 1/8"
CAPACITY-CONDUIT DIAMETER 6" 12"
4. A 1/4-20 NC x 3/4" (in) stainless steel ground stud shall be welded to the bottom of the lid; include
(2) stainless steel nuts and (2) stainless steel flat washers.
5. Bolts and nuts shall be liberally coated with anti-seize compound .
3/16" (TYP.) 6. Equipment Bonding Jumper shall be # 8 AWG min. x 4' (ft) of tinned braided copper.
0
' ' ' ' '
DIAMOND PATTERN
(SEE NOTE 2)
3/8" (IN} STEEL COVER
LIP PLATE (TYP.)
LID SUPPORT (TYP.)
HEADED ANCHOR
SHEAR STUD (TYP.)
(SEE NOTE 11)
7. The System Identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See
Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details,
see Standard Specification 9-29.2(4}.
8. When required in the Contract, provide a 1 0" (in) x 27 1/2" (in), 10 gage divider plate, complete, with
fasteners, in each Type 2 Junction Box where specified.
9. When required in Contract, provide a 12" (in) deep extension for each Type 2 Junction Box where specified.
10. See the Standard Specifications for alternative reinforcement and class of concrete.
11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to
the vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor Shear
Studs to the horizontal Welded Wire Fabric. ~ 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of
~ welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of
~ assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics.
~ 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and
1 • f Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved
111<•• shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved "-11~. shoulders shall be Heavy-Duty.
WELDED WIRE HOOP (TYP.)
(SEE NOTE 10) WWF WIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in)
HEADED ANCHOR max. for final grade of new construction only. See Standard Specification 8-20.3(5}. Where adjustments
fn\D SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for interim construction stages during the contract, the
SECTION V limits shall be from 6" (in) min. to 10" (in) max. See Standard Specification 8-20.3{6}.
PERSPECTIVE VIEW
3/8" (IN) STEEL
COVER LIP PLATE 0 Equipment Grounding j. B
GROUND STUD (SEE NOTE 4)
COUPLING NUT FOR ALTERNATIVE 2 -
SEE DETAIL "E" ALTERNATIVE 2
TOP OF PAVED
SURFACE
b
' ;....
w ::cW l-en ~a::
o::J ....~o wU caw
:!:en ::J~
::!:u. zo
~a. ~~
N
Conductor
~ Copper Solderless 3/8" (IN) STEEL
Crimp Connector COVER LIP PLATE
~ Equipment Bonding
Jumper (See Note 6)
~ See Contract for conduit
size and number
COVER MARKING DETAIL
:::: 1"(TYP.>.
1
r-:::: 1"(TYP.)
lli s_[
1/2" (TYP.) 1=---f
1.1 1/2 MIN.
3
SECTION 0
(CONDUITS NOT SHOWN)
LID SUPPORT (TYP.) -
L SHAPE SHOWN
(SEE NOTE 3)
3/8" (IN) x 3" (IN) HEADED ANCHOR
SHEAR STUD (TYP.)
WELDED WIRE
FABRIC (TYP.)
0/'I'NF) 4x4-W2.9xW2.9
(6 GAGE) (SEE NOTE 10)
WELDED WIRE HOOP
(TYP.) W2.9 (6 GAGE)
(SEE NOTE 1 0)
LOCKING LID STANDARD
DUTY ~UNCTION BOX
TYPES 1 & 2
STANDARD PLAN ~-40.10-04
SHEET 1 OF 2 SHEETS
APPROVED FOR PUBLICATION
STATE DESIGN ENGINEER ......
... Washington State Department of Transportation
1/2-13 x 1 1/2 S. S. PENTA HEAD
BOLT AND 1/2" (IN) S. S. FLAT WASHER
1
LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN)
LID SUPPORT-L SHAPE SHOWN
(SEE NOTE 3) 1 3/8" (IN) DIAM. HOLE
BOLT PLATE CHANNEL-
SEE DETAIL
1 5/8" (IN) SLOTTED S. S.
CHANNEL WITH S. S.
CHANNEL NUT AND SPRING
LID SUPPORT-
L SHAPE SHOWN
(SEE NOTE 3)
3/8" (IN) STEEL
COVER LIP PLATE
3/16
WWF-TIED IN 2
PLACES TO HEADED
ANCHOR SHEAR STUD
WWF 4x4-W2.9xW2.9
(TYP.) (6 GAGE)
(SEE NOTE 10)
3/8" (IN) X 3" (IN)
HEADED ANCHOR
SHEARSTUD-
WELDEDTO
LIP PLATE
3/8" (IN) STEEL
COVER LIP PLATE
3/16
WWF-TIED IN 2
PLACES TO HEADED
ANCHOR SHEAR STUD
WWF 4x4-W2.9xW2.9
(TYP.) (6 GAGE)
(SEE NOTE 10)
3/8" (IN) X 3" (IN)
HEADED ANCHOR
SHEARSTUD-
WELDEDTO
LIP PLATE
3/8" (IN) STEEL COVER PLATE -
SHOWN CUT AWAY FOR CLARITY
3/8" (IN) STEEL
COVER LIP PLATE
1 1/2
LID SUPPORT-
L SHAPE SHOWN
(SEE NOTE 3)
HEX COUPLING NUT
LID BOLT DOWN
ATTACHMENT TAB-
SEE DETAIL
WWF-WELDED
TO LIP PLATE
WELDED WIRE
HOOP (TYP.)
W2.9 (6 GAGE)
(SEE NOTE 10)
LID HOOK-1" (IN) x
1" (IN) x 3/16" (IN) ANGLE
3/8" (IN) STEEL
COVER LIP PLATE
3/16
LID SUPPORT -
L SHAPE SHOWN
(SEE NOTE 3)
SECTION 0
WWF-TIED IN 2 PLACES
TO EACH HEADED
ANCHOR SHEAR STUD
WWF 4x4-W2.9xW2.9 (TYP.)
(6 GAGE) (SEE NOTE 10)
3/8" (IN) x 3" (IN) HEADED
ANCHOR SHEAR STUD-
WELDED TO LIP PLATE
1/2-13 x 1 1/2 S. S. PENTA HEAD
BOLT AND 1/2" (IN) S. S. FLAT WASHER
SLOTTED STEEL CHANNEL
LID BOLT DOWN ATTACHMENT
TAB-SEE DETAIL
DETAIL 0
ALTERNATIVE 1 SHOWN
1 3/8" (IN) DIAM. HOLE
BOLT PLATE CHANNEL-
SEE DETAIL
LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN)
3/8" (IN) STEEL COVER PLATE-
SHOWN CUT AWAY FOR CLARITY
9/16" (IN) ~" DIAM.
HOL_E I 1 1/2"
~1_1 i
HEX COUPLING NUT
S. S. 5/16-NC x 7/8" (IN) WITH
BOLT DOWN
ATTACHMENT TAB-
SEE DETAIL
S. S. 5/16-NC x 3/4" (IN) BOLT & THREE
EACH S. S. 5/16" (IN) FLAT WASHERS
LID BOLT DOWN SUPPORT ANGLE -
1 1/2" (IN) X 3" (IN) X 1/4" (IN) ANGLE
DETAIL 0
ALTERNATIVE 2 SHOWN
1/2-13 x 1 1/2 S. S. PENTA
HEAD BOLT AND 1/2" (IN) S. S.
FLAT WASHER 1 1/8" (IN) x 2" (IN)
1/4" (IN) STEEL PLATE
VERTICAL SLOT
.)
1/8" (IN) X 3/4" (IN)
ANGLE (TYP.)
1/4" (IN) S. S. PLATE
LID SUPPORT-L SHAPE SHOWN
(SEE NOTE 3)
f-~-~-----
DETAIL 0
ALTERNATIVE 2 SHOWN
PERSPECTIVE VIEW
3/16 1 1/2
LID SUPPORT-L SHAPE
SHOWN (SEE NOTE 3)
EXPOSE LID BOLT DOWN
SUPPORT ANGLE TO ATTACH
ALTERNATIVE 2 LID BOLT DOWN
ANGLE ATTACHMENT TAB
LID BOLT DOWN SUPPORT
ANGLE-2" (IN) X 2" (IN) X
1/4" (IN) ANGLE
1/2" (IN) S. S. HEX NUT
7/16" (IN) x 3/4" (IN) SLOT
1/2" (IN) S. S. HEX NUT
7/16" (IN) X
3/4" (IN)
SLOT
9/16" (IN)
DIAM. HOLE
ALTERNATIVE 2
2" (IN) X 3" (IN) X
1/4" (IN) ANGLE
LID BOLT DOWN ATTACHMENT TAB
1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT
AND 1/2" (IN) S. S. FLAT WASHER
3/8" (IN) STEEL COVER
PLATE-SHOWN CUT
AWAY FOR CLARITY
(SEE NOTE 12)
:...;;:;"~I 118" (IN) X 314 " (IN) 1/4" (IN) STEEL PLATE l_ L STEELANGLE~
f t:..::l -=-=-=-=-=..::..::..::..::..::-=-=-=-=1 ~I ~ -114" (IN)~;'!~~
1 1/2
LID SUPPORT-
L SHAPE SHOWN
(SEE NOTE 3)
4" 3 3/4" ~t ~t =1· ~·1 ~c::::=1· ~·1
--r-L t
I 3/4" (IN)
RADIUS
1/2" (IN) S. S.
DETAIL 0
ALTERNATIVE 3 SHOWN
DETAIL 0
ALTERNATIVE 3 SHOWN
PERSPECTIVE VIEW
1/8" (IN) x 3/4" (IN) STEEL
ANGLE -RIGHT ANGLE
SHOWN, MIRROR IMAGE
FOR LEFT ANGLE
HEX NUT
ALTERNATIVE 3
LID BOLT DOWN ATTACHMENT TAB
(SEE NOTE 12)
1/8" (IN) x 3/4" (IN) STEEL
ANGLE-MIRROR IMAGE
FOR LEFT ANGLE
------------------
2 1/2" -~ ~l_l ~
f~~
5/8" (IN) X
1" (IN)
HORIZONTAL
SLOT
5/8" (IN) X 1" (IN)
HORIZONTAL SLOT
HEX COUPLING NUT
S. S. 5/16-NC x 7/8" (IN) WITH
s. s. 5/16-NC X 3/4" (IN) BOLT
& (3 EACH) S. S. 5/16" (IN)
FLAT WASHERS
ALTERNATIVE 1
LID BOLT DOWN ATTACHMENT TAB
(SEE NOTE 12)
BOLT PLATE CHANNEL
LOCKING LID STANDARD
DUTY ~UNCTION BOX
TYPES 1 & 2
STANDARD PLAN ~-40.10-04
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBLICATION
STATE DESIGN ENGINEER .....
... Washington State Department of Transportation
APPROVED FOR PUBLICATION
STATE DESIGN ENGINEER
Washington State Department of Transportation
SMALL CABLE VAULT
STANDARD PLAN J-90.21-02
NOTES
D
R
A
W
N
B
Y
:
F
E
R
N
L
I
D
D
E
L
L
ASSEMBLY
ISOMETRIC CUTAWAY
GROUND ROD KNOCKOUT
2" (IN) DIAM.
LIFT HOLE (TYP.)
1' -
2"
`
VAULT
± 1"4"
WITH HEX BOLT
THREADED INSERT
1 EQUIPMENT BONDING JUMPER (SEE NOTE 4)
SEE NOTE 5
~~1" (TYP.)
1/2" (TYP.)
1" (TYP.)~~
IT S
IT S
1/4" CLEAR
ALL AROUND
COVER MARKING DETAIL
LID (TYP.)
*
STAINLESS STEEL (S.S.)
TYPE 304 OR TYPE 316
ASTM F593 OR A193,
BOLTS, NUTS AND WASHERS ~
1.
2.
3.
4.
5.
6.
7.
8.
9.
1
SHEET 1 OF 2 SHEETS
SEE NOTE 3
LID FRAME GROUND STUD ~
SEE NOTE 3
LID GROUND STUD ~
1
1
ST A TEOFWASHI
NGT
O
N
R
EGISTEREDP
R
OFE
S
SIONAL ENGINEER
Y
E
LEEN
.
J WEHTTAM
46597
Small Cable Vaults for WSDOT Projects shall only be installed with the lid frame bearing on the concrete portion of cable vault.
slightly by manufacturer. See Approved shop drawings.
Typical Small Cable Vault features and arrangement shown. Reinforcing not shown. Dimensions and arrangements will vary
Conduit Capacity = 40 inches (sum total of all conduit diameters).
Cement concrete shall be Class 4000.
.See Standard Specification Section 9-29.2(4), DETAIL
COVER MARKINGThe system identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See
The bonding jumper between the lid and the frame shall be #8 AWG (min.) x 4' (ft) tinned braided copper.
for grounding and bonding details.Standard Plan J-90.50 and coated with anti-seize compound. See
anti-seize compound. A 1/4 - 20 UNC x 1" (in) ground stud with three nuts and four washers shall be welded to the frame
A 1/4 - 20 UNC x 1" (in) ground stud with three nuts and two flat washers shall be welded to each lid and coated with
formed with a weld bead, and shall be placed prior to galvanizing.
treatment (see Contract Documents for details) and the year of manufacture. The marking shall use 1/8" (in) thick lines
Slip-resistant lids shall be identified with a permanent marking on the underside of the lid, indicating the type of surface
The diamond pattern shall be a minimum of 3/32" (in) thick.
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBLICATION
Washington State Department of Transportation
STATE DESIGN ENGINEER
SMALL CABLE VAULT
STANDARD PLAN J-90.21-02
BRIDLE RING DETAIL
END VIEW
2
"
D
R
A
W
N
B
Y
:
F
E
R
N
L
ID
D
E
L
L
5' - 2 1/2"
1 1/2"
F
U
LL
1
8
0°
O
P
E
N
10"8 1/2"8 1/2"
ISOMETRIC VIEW
KNOCKOUT
GROUND ROD
x 3/16" (IN)
1 1/4" (IN) x 1 1/4" (IN)
ANGLE FRAME ~
`
VAULT
PENTA HEAD BOLT
6"
2
'
-
3
"
1
'
-
1
1
3
/
4
"
SEE ISOMETRIC CUTAWAY ASSEMBLY ~ SHEET 1, FOR DIMENSIONS NOT SHOWN
1
'
-
1
0
1
/
2
"
5
1
/
2
"
VAULT
CONCRETE
COMMERCIALLY)
(FABRICATE IF NOT AVAILABLE
S. S. 1/4" (IN) DIAM. WIRE SIZE
1 1/2" (IN) DIAM. BRIDLE RING ~
WITH FRAME
METAL LIDS ~
2' - 3"
2
'
-
6
"
2
'
-
7
1
/
2
"
F
I
N
IS
H
E
D
O
V
E
R
A
L
L
A
S
S
E
M
B
L
Y
H
E
IG
H
T
FOUR PLACES
5" (IN) DIAM. KNOCKOUT ~
WIDE BOTTOM KNOCKOUT
FULL LENGTH x 10" (IN)
(TYP) TWO PLACES
PENTA HEAD BOLT
(TYP) FOUR PLACES
STAINLESS STEEL,
HINGE PIN~
CHANNEL IN VAULT
TWO PLACES ~ CENTER
TYPE 304 S.S. CHANNEL (TYP.)
1 5/8" (IN) x 1 5/8" (IN) x 4' - 0"
DRAIN HOLE
WITH 2 1/2" (IN) DIAM.
6" (IN) DIAM. SUMP
HANDLE
STEEL DROP
KNOCKOUT
5 1/2" (IN) x 10" (IN)
LIFT HOLE
2" (IN) DIAM.
TOP VIEW
1/4
(TYP.)
A
ASECTION
2
"
1
1DETAIL
4' - 11 1/4"
2' - 3"
2
'
-
4
"
*
6
"
DIAMOND PATTERN
(SEE NOTE 1)
1/8
(TYP.)
1/8
(TYP.)
1/8
(TYP.)
GROUND STUD
(SEE NOTE 3)
FRAME
2
'
-
7
1
/
2
"
(FOUR) REQUIRED
1 @ EACH CORNER
PULLING IRON
GALVANIZED
3/4"
WASHERS
BOLT AND THREE FLAT
INSTALL 5/16 NC x 3/4" (IN)
5/16 NC x 7/8" (IN)
HEX COUPLING NUT ~
x 1 5/8" (IN) x 4' - 0"
CHANNEL 1 5/8" (IN)
STAINLESS STEEL
TYPE 304
1
1
(SEE DETAIL)
BRIDLE RING
(TYP.)
LIFT HOLES
ST A TEOFWASHI
NGT
O
N
R
EGISTEREDP
R
OFE
S
SIONAL ENGINEER
Y
E
LEEN
.
J WEHTTAM
46597
APPROVED FOR PUBLICATION
Washington State Department of Transportation
SHEET 1 OF 1 SHEET
1
2
3
KEY NOTES
6
’
-
0
"
1’ - 0"
2
’
-
8
"
3
’
-
0
"
3"
6"
LAYOUT
BICYCLE LANE SYMBOL
DETAIL
BIKE LANE ARROW
GENERAL NOTE
D
R
A
W
N
B
Y
:
M
A
R
K
S
U
J
K
A
4.25 SQ.FT.
MARKING AREA
T
R
A
F
F
IC 1
BIKE LANE
EDGE OF
2
LANE
BICYCLE
‘
3
6
’
-
0
"
6
’
-
0
"
6
’
-
0
"
10.27 SQ.FT.
TOTAL MARKING AREA
6
’
-
0
"
3’ - 4"
DETAIL
BIKE RIDER SYMBOL
6.02 SQ.FT.
MARKING AREA
STANDARD PLAN M-9.50-02
LAYOUT
BICYCLE LANE SYMBOL
See Contract for location and material requirements.
GRID IS 1" (IN) SQUARE
LANE LINE
Bike Rider Symbol.
2’ (ft) x 6’ (ft) White Bike Lane Arrow.
Bike Rider Symbol.
includes Bike Lane Arrow and
Bid Item "Bicycle Lane Symbol"
STATE DESIGN ENGINEER
ST A TEOFWASHI
NGT
O
N
R
EGISTEREDP
R
OFE
S
SIONAL ENGINEER
36103
HSLA
W .J NAIRB
NOTES:
1. Raised Pavement Markers Types 2YY and 2W, spaced
at 80' (ft) intervals on tangents and on horizontal curves
with a radius of 1500' (ft) or more, and at 40' (ft)
intervals on horizontal curves having radii of less than
1500' (ft). Center the RPMs in the gaps between the
pavement marking lines.
~
=
15'
□
80' (SEE NOTE 1) 80' (SEE NOTE 1)
15' 10' 30' 10' 15'
(TYP.)r TYPE 2YY RPM ~ WHITE EDGE LINE
I I I
/ I
\ =
~
= = □ / □ = □ \ = =
\ I \ 2. Type 2Y RP Ms, when specified, placed outside the left \ \ \ Edge Line at 80' (ft) intervals. See "LEFT EDGE OF LANE
PLACEMENT DETAIL."\_ CENTERLINE \_ NO-PASS LINE \_ DOUBLE CENTERLINE \_ NO PASS LINE
TWO-LANE TWO-WAY TRAFFIC 3. Recessed pavement markers, when specified, installed
at the locations shown for Type 2W RP Ms multilane
one-way roadways, and Type 2YY RPMs on
two-lane two-way roadways.
4. The Type 2W RPMs placed on multilane one-way
roadways and all RPMs set in recesses shall have
an abrasion-resistant coating.
WHITE EDGE LINE 5. Do not recess side-to-side RPMs on Wide Dotted Lane
Lines.
TRAFFIC LANE
LEFT EDGE LANE
TYPE 2Y RPM_) c1
80'
TYPE 2 RPM RAISED FACE COLORS
TYPE 2YY YELLOW AND YELLOW
TYPE 2W WHITE ~ ONE SIDE ONLY
TYPE 2Y YELLOW ~ ONE SIDE ONLY
TYPE 2Y RPM TYPE 2W RPM (SEE NOTE 2)(SEE NOTES 1 & 4)
MULTI-LANE ONE-WAY TRAFFIC LEFT EDGE OF LANE PLACEMENT DETAIL
(SEE NOTE 2)
80' (SEE NOTE 1)
15' 15' 10' 30' 10' 15'
YELLOW EDGE
LINE
3' 9' 3' 9'
4' -6" 4' -6"
3' 9' 3' 9'
4' -6" 4' -6"
3'
Jun 28, 2024
LONGITUDINAL MARKING
SUPPLEMENT WITH RAISED
PAVEMENT MARKERS
ST AND ARD PLAN M-20.30-05
SHEET 1 OF 2 SHEETS
TYPE 2W RPM (TYP.)
(SEE NOTE 4)WIDE DOTTED LANE LINE DETAIL
(SEE NOTE 6)
APPROVED FOR PUBLICATION
Ada~ Jun2s,2024
ST A TE DESIGN ENGINEER......p Washington State
,., Department of Transportation
RECESS LENGTH
TAPER LENGTH FLAT TAPER LENGTH
MARKER
________________j____===-------1.,____________________.L_ 3 -V
PLAN VIEW
TOP OF PAVEMENT TYPE 2YY RPMMARKER (SEE NOTE 4)
TOP OF PAVEMENT 1 ADHESIVE t
1 1·><
~<( 4040 ::::!!:::::!!:
co~
~~
TWO-WAY ROADWAY RESESSED
PAVEMENT MARKER DETAIL
(FOR USE WHERE SPECIFIED IN CONTRACT)
RECESS LENGTH
TAPER LENGTH
PLAN VIEW
611 FLAT
~ MARKER
TYPE 2W RPM ORTOP OF PAVEMENT
TYPE 2YY RPMMARKER
(SEE NOTE 4)
ONE-WAY TRAFFIC TOP OF PAVEMENT 1 ADHESIVE Jun 28, 2024 t----------------------------------------------~~-LONGITUDINAL MARKING
SUPPLEMENT WITH RAISED
PAVEMENT MARKERS40
RADIUS DEPENDS ON ST AND ARD PLAN M-20.30-05SAW BLADE DIAMETER
SHEET 2 OF 2 SHEETS
SECTION®
ONE-WAY ROADWAY RESESSED
PAVEMENT MARKER DETAIL
(FOR USE WHERE SPECIFIED IN CONTRACT)
APPROVED FOR PUBLICATION
Ada~ Jun2a,2024 ..... ST A TE DESIGN ENGINEER
~.,,,/1 Washington State
Department of Transportation
APPENDIX C
TRAFFIC CONTROL PLAN APPLICATION
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
PUBLIC WORKS DEPARTMENT
Page 1 of 6 | Published: 3/12/2025
Transportation Systems Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380
Website: rentonwa.gov
TRAFFIC CONTROL PLAN APPLICATION
Published: 3/12/2025
TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION
FOR REVIEW/APPROVAL AT LEAST FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK AND FOR TRAFFIC SIGNAL
WORK WITHIN 150 FEET OF THE INTERSECTION AT LEAST FIFTEEN (15) WORKING DAYS BEFORE THE DATE OF WORK.
FOR PURPOSES OF THIS APPLICATION, WORKING DAYS ARE DEFINED AS MONDAY THRU FRIDAY, AND EXCLUDING
CITY HOLIDAYS.
The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a Traffic
Control Plan (TCP) and obtain City's approval of that plan when construction, repair, or maintenance work is to be
conducted within the City's right-of-way.
1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents.
2. All TCPs must conform to all attached requirements. Failure to do so may be subject to resubmittal.
3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].”
4. Resubmittal may be required for TCPs that are incomplete and do not display proper requirements as
described in the guidelines. Additional review time may be needed.
By signing, I certify that the information on this application and within the submittal documents are accurate to the
best of my knowledge and I acknowledge and have read all the requirements and guidelines on this application.
Applicant’s Signature Date
Applicant’s Name (Print)
Project Name: Permit #:
Site Address:
Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________
Construction Company:
Contact Name: Phone/Cell: _________________________
Business Address: City/State: Zip: ___________
Description of Work:
24 Hour Emergency
Contact Name & Phone:
Approval By: ______________________________________________ Date:____________________
PW/Transportation or CED/Development Engineering Division
Page 2 of 6 | Published: 3/12/2025
This Page Intentionally Left Blank
Page 3 of 6 | Published: 3/12/2025
APPLICANT AGREES TO ALL THE FOLLOWING REQUIREMENTS:
GENERAL
• Applicant is responsible for compliance with all traffic regulations of the City of Renton (City) and the State
of Washington, including codes and regulations not described in this application.
• Work Zone Traffic Control shall be in accordance with Manual on Uniform Traffic Control Devices (MUTCD)
and shown by a traffic control plan layout or reference to Washington State Department of Transportation
(WSDOT) traffic control plans.
• Any lane or street closures not in conformance with the approved Traffic Control Plan (TCP) and/or without
notification of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs
or Flaggers at thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable
State and City codes.
• Indemnify and hold harmless the City from any and all claims, actions, and judgments, including all costs of
defense and attorney’s fees incurred in defending against same, arising from and related to
implementation of the approved TCPs including claims arising from towing of private vehicles and the acts
of Applicant’s agents and employees.
• Applicant must comply with all conditions of the application.
• The City shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in such
event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable
attorney’s fees and litigation costs incurred resulting from such claim.
• In the event any claim or suit is brought against City within the scope of this application, Applicant is
responsible to pay for legal counsel chosen by the City to defend against same.
• No more than one TCP shall be in use at any given time for a single project. If multiple TCPs are submitted
for review and approval at the same time, the TCPs shall be clearly labeled as separate plans and include
construction phasing and sequencing.
• Previously approved TCPs cannot be combined into a new TCP without review and approval by the City.
• Expired TCP is not valid and shall not be used. Applicant shall resubmit the expired TCP for approval with
the updated date and time and/or any changes to TCP.
• Applicant must have the approved TCP prior to commencing the work.
• Approved TCP must be at the work site during work hours.
• Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or
slippery road conditions during work and non-work hours.
• Any vehicle, equipment, barricade, or portable tow-away sign used within the work area must display a
company logo or any legally acceptable sign showing the company name, address, and telephone number
at a conspicuous place on the vehicle or equipment.
• At signalized intersections, vehicle detection shall always remain operational, unless approved in this TCP
and notified Transportation Signal Maintenance prior to commencing work. If damage occurs to existing
vehicle detection that is to remain, it is Applicant’s responsibility to replace with video vehicle detection
equipment that meets current City’s standards at Applicant’s expense.
• When not in use, temporary traffic control devices shall be removed or covered immediately. It is the
Applicant’s responsible to cover any temporary traffic control devices when not applicable for the
construction activities. Similarly, when work is suspended for short periods of time, traffic control devices
that are no longer necessary shall be removed or covered. If deemed abandoned, City crews will remove
and may store them at the City’s maintenance shop (3555 NE 2nd Street) for up to sixty (60) days. The City
is not responsible for any private property from City assets and identifying the property owner.
• Applicant is responsible to maintain existing pedestrian accessible routes during work and non-work hours.
At intersections, the work on pedestrian facilities shall be limited to one (1) corner at a time, with the least
possible inconvenience or delay to pedestrians. Pedestrian pushbuttons shall remain accessible at all times,
unless approved pedestrian accessible detour(s) are provided. Accessibility to existing or temporary
Page 4 of 6 | Published: 3/12/2025
pedestrian pushbuttons shall not be impaired. Deficiencies caused by Applicant’s operations shall be
repaired at Applicant’s expense.
• Applicant shall provide complete assistance and accommodation from a dedicated pedestrian escort to all
kinds of pedestrian traffic when sidewalk or walkway is impeded to safely redirect pedestrians around a
work zone.
• Driveway and alley access shall be maintained at all times, also see RMC Chapters 9 and 10 for Street
Closure and Street Excavation for details. Applicant is responsible for coordinating with the property
owners and/or residents prior to commencement of the work.
• Pavement excavation shall be limited to a maximum of one travel lane at a time unless otherwise
approved.
• Accessibility for emergency vehicles shall be maintained at all times.
PUBLIC OUTREACH
• Applicant must notify City Inspector (425-430-7203) at least twenty-four (24) hours before
commencing work.
• Applicant must notify Transportation Signal Maintenance (425-430-7423) at least twenty-four (24)
hours before commencing work, if work affects traffic signal operations, including vehicle detection.
• Applicant shall notify emergency services (253-852-2121) twenty-four (24) hours before any street closures
or lane closures.
• Applicant shall call Renton School District (425-204-4455) or any public/private agency, including public
transit, to be affected by a temporary lane or road closure a minimum of five (5) working days (excluding
weekends and holidays) prior to starting any work.
• Applicant shall coordinate with King County Metro Transit Construction Information Center (206-477-1140
or construction.coord@kingcounty.gov) for any construction or installation activities affecting transit
operations or facilities. Notification information and guidelines can be found at:
https://kingcounty.gov/en/dept/metro/about/contractor-resources/transit-system-impacts.
WORKING DAYS AND TIMES
• Normal working days are Monday through Friday. Work on holidays, weekends or at night shall not occur
without City’s approval. For work times between 10:00 p.m. and 7:00 a.m., see Night Work section below
for details.
• Work time begins when any street or travel lane is fully or partially closed. This includes set up and removal
within the traveled way.
• If the City determines the closure hours adversely affect traffic during the work, the City may require to
adjust or reduce the working hours accordingly. Reduced work hours may be required by the City to
minimize traffic impacts for any work located near a school during pick-up and drop-off times or on an
arterial street. (See WSDOT Functional Classification Map:
https://www.wsdot.wa.gov/data/tools/geoportal/?config=FunctionalClass)
• Applicant may request the City for consideration of extended or modified working hours. Such request
must be approved by the City before changing hours of work.
CLOSURES
• All closure hours and days are subject to local permit and ordinance conditions (such as noise ordinances).
More information can be found on https://www.rentonwa.gov/City-Services/Permit-Center. Total street
closure lasting more than twenty-four (24) hours is subject to City Council authorization per Section 9-9 of
the Renton Municipal Code (RMC).
• Road closure notice – Applicant must install Portable Changeable Message Sign (PCMS) boards no less than
three (3) working days in advance of effective date and time, not including holidays, at location(s) as
identified in the TCP. Other methods of displaying the messages shall be approved by the City.
Page 5 of 6 | Published: 3/12/2025
• Road closure notice messages must include at least the following:
ROAD WILL BE CLOSED
MONTH/DAY – MONTH/DAY
_AM - _PM
• Road and/or sidewalk closure must be evaluated by the City with respect to both the necessity as well as
the impact of the closure to the public. Applicant shall submit detour plans for road closures to
accommodate both motorized and non-motorized users, including accessible pedestrian route(s). Road
closures shall require additional temporary traffic control including advance notification, approach and
detour signage.
• Applicant is responsible to temporarily remove the flags and install bags over the flag holders for any work
requiring the temporary closure of a crosswalk equipped with pedestrian flags. Applicant shall ensure the
bags remain intact and shall replace damaged bags as needed or determined necessary by the City of
Renton inspector. For any misplaced or lost flags, Applicant is responsible to replace at Applicant’s own
expense. Upon restoration of the crosswalk, Applicant shall remove the bags and return all flags to the
holders. Inventory of pedestrian flags must be submitted to the City inspector and reported to City of
Renton Transportation Signal Maintenance (425-430-7423) prior to removal.
UNIFORMED POLICE OFFICERS (UPO) / FLAGGERS
• Any construction activities within one hundred and fifty (150) feet of a signalized intersection shall require
Uniformed Police Officer(s) (UPO) at the traffic signal, unless otherwise approved in this TCP and evaluated
by City Transportation for the impacts of traffic signal operations and safety.
• Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic
or pedestrian safety or travel.
• For TCPs that require the presence of UPO to manage vehicular traffic and pedestrians at signalized
intersections, Applicant shall coordinate with Transportation Signal Maintenance (425-430-7423) at least
twenty-four (24) hours in advance for any signal that will be placed in red flashing mode. Applicant shall
notify Transportation Signal Maintenance when the intersection is back to the normal traffic signal
operations.
TEMPORARY TRAFFIC SIGNALS OR TRAFFIC SIGNAL MODIFICATION
• Temporary traffic signal programming or modification requires a minimum fifteen (15) working days for
each traffic signal controller to be programmed and tested by City Transportation staff before starting the
work. The Start Date on this TCP shall reflect the time for temporary traffic signal programming or
modification.
TEMPORARY NO-PARKING
• Applicant must post notice of date(s) and time(s) of Temporary No Parking Zone with signs at every
hundred (100) feet at least seventy-two (72) hours in advance of effective date and time.
• Applicant is responsible to show on the TCP the limits of Temporary No Parking Zone, identifying barricade
locations for vacate parking or curb lane usage. The cover sheet of this approved TCP form must be
attached to each Temporary No Parking Sign on the project site.
• Two travel lanes (one for each approach) must be open at all times on arterial streets unless approved in
this TCP.
NIGHT WORK
• Between the hours of 10 p.m. and 7 a.m., approved Noise Variance shall be required (See Section RMC 8-7-
8) for night work. Process may take up to twelve (12) weeks. More information can be found at
https://www.rentonwa.gov/City-Services/Permit-Center/Land-Use-Development/Noise-Variance.
• City may require night work for TCPs that have severe traffic impacts on arterial streets.
Page 6 of 6 | Published: 3/12/2025
• Night work shall always be required if two lanes of traffic (One for each approach) cannot be maintained
on an arterial street.
• Night work shall be required if an evaluation of existing traffic volumes and patterns finds that any TCP will
functionally reduce an arterial or high-volume collector street to only one lane of traffic.
• The following configurations may require night work:
Work at traffic signals that requires shifting one direction of traffic into a left turn pocket where a high
volume of left turns occur.
Work at traffic signals that requires shifting two directions of traffic into left turn pockets.
Work at traffic signals that requires shifting high-volume left-turn movement into a through lane on a
single approach to the intersection.
Work at signals that requires shifting left-turning traffic into a through lane on multiple approaches to
the intersection.
• If City’s initial TCP review finds that night work is required, a pre-construction meeting is mandatory to
confirm the extents of the work required, the duration of work, anticipated noise levels, and any potential
alternatives to mitigate the impact of night work to adjacent residents prior to review and approval of the
TCP.
TRAFFIC CONTROL PLAN (TCP) FORMAT
• TCP must be site and project specific. The TCP shall clearly indicate all existing transportation facilities
impacted by work including roads, bike lanes, sidewalks, transit stops, and driveways. Typical drawings,
taper tables and MUTCD illustrations, by themselves, are insufficient.
• Each construction phase shall be provided with appropriate work zone traffic control. The impacts of utility
relocation, traffic delays, detours and capacity restrictions must be considered and addressed. A suitable
sequence of construction activities must be discussed with City Staff prior to fully developing TCPs based on
the complexity of a project.
• TCPs shall be clearly labeled as separate plans to identify the construction sequencing during each phase
when more than one TCP layout is submitted.
• TCP must be submitted with an electronic copy of TCP layout(s), on 11” X 17” paper size PDF format, which
consist of:
Map(s) showing the location of the project and work area.
All fonts shall be legible and a minimum 10-point font size.
All symbols of viewing or printing shall be clear and contrasting.
All streets shall be labeled, and layout must include a north arrow and scale.
Must show channelizing devices, signing, flagger locations, barricades, PCMS boards, etc.
Show locations where the standard traffic control plans are applied.
APPENDIX D
TRAFFIC CONTROL PLANS
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
A
v
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E
N E 1 3 t h S t
50 ft60 ftSTOPSLOW STOPSLOW
STOPSLOW
10 ft min
60 ft
STOPSLOW
100 ft100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ft
ShoulderTaper100 ft100 ft100 ft ROADWORKAHEAD
100 ft100 ft100 ft
ROADWORKAHEAD
100 ft
ROAD
WORK
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
100 ft ROADWORKAHEAD100 ft
100 ftROADWORKAHEAD
100 ftROADWORKAHEAD100 ft 10 ft min 100 ft BIKESMERGEWITHTRAFFICBIKESMERGE WITH TRAFFIC
Traffic Control Plan # 1** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorSingle Lane ClosureJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
SIDEWALK CLOSEDCROSS HERE DETOUR
DETOUR
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.SIDEWALK CLOSED CROSS HERE ShoulderTaperTerminationTaper
ONE LANEROADAHEAD
ONE LANE ROADAHEAD Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
A
v
e
n
u
e
N
E
N E 1 6 t h S tPosted Speed Limit: 25 MphNE 1 6 t h S tPosted Speed Limit: 25 Mph
SIDEWALK CLOSED AHEAD CROSS HERE DETOURDETOUR
Break Line A Break Line ASIDEWALK CLOSED
USE OTHER SIDE
Break Line A Break Line A- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
LegendWork AreaDelineatorSTOPSLOW
FlaggerPortable Sign StandFiber Line To Be InstalledStorm Pipe TBR / ReinstalledWater Main To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space and flagging taper eliminated to fit field conditions.-Additional flaggers may be needed to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours or during weekends/holiday s as needed.-Work hours may be restricted during school drop off and pick up times.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 1 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
A
v
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
A
v
e
n
u
e
N
ENE 1 3 t h S t
50 ft 50 ft
STOPSLOW STOPSLOW
STOPSLOW
10 ft min
60 ft
STOPSLOW100 ft100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ftFlaggingTaper
ShoulderTaper100 ft100 ft100 ft ROADWORKAHEAD
100 ft100 ft100 ft
ROADWORKAHEAD
100 ftROAD
WORK
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
100 ft ROADWORKAHEAD100 ft
100 ftROADWORKAHEAD
100 ftROADWORKAHEAD100 ft TerminationTaper
10 ft min
BIKESMERGEWITHTRAFFIC
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
SIDEWALK CLOSED
USE OTHER SIDE
SIDEWALK ENDS
Traffic Control Plan # 2** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E Posted Speed Limit: 35 MphSunset Blvd NEBreak Line A Break Line A
Break Line ABreak Line ASIDEWALK CLOSEDAHEADCROSS HERE
DETOURDETOUR
SIDEWALK CLOSED CROSS HERE DETOUR
DETOUR
SIDEWALK
CLOSED
DETOUR
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
DETOUR
SIDEWALK CLOSEDUSE OTHER SIDE
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ONE LANEROADAHEAD
ONE LANE ROADAHEAD
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 2 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
N E 1 3 t h S tTraffic Control Plan # 3** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
50 ftSTOPSLOW
STOPSLOW
STOPSLOW
60 ft
STOPSLOW
100 ft100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ftFlaggingTaper
ShoulderTaper100 ft100 ft100 ft ROADWORKAHEAD
100 ft100 ft100 ft
ROADWORKAHEAD
100 ftROAD
WORK
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
100 ft ROADWORKAHEAD100 ft
100 ftROADWORKAHEAD
100 ft 10 ft min
10 ft min 50 ft 155 ftBufferSpaceTerminationTaper
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
SIDEWALK CLOSEDCROSS HERE
SIDEWALK CLOSED CROSS HEREDETOURDETOUR
DETOUR
DETOUR
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ONE LANE ROADAHEAD
ONE LANEROADAHEAD
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 3 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
ENE 1 3 t h S tTraffic Control Plan # 4** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
50 ft
STOPSLOW STOPSLOW
100 ft100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ft
100 ft100 ft100 ft ROADWORKAHEAD
100 ftROAD
WORK
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
100 ft ROADWORKAHEAD100 ft
100 ftROADWORKAHEAD
100 ft 10 ft min10 ft min
TerminationTaper155 ft50 ftSTOPSLOW
100 ft100 ft100 ft
ROADWORKAHEAD
STOPSLOW
FlaggingTaperBufferSpace
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
DETOURDETOUR
DETOUR
DETOUR
SIDEWALK CLOSED CROSS HERE
SIDEWALK CLOSEDCROSS HERE
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ONE LANEROADAHEAD
ONE LANE ROADAHEAD
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 4 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
N E 1 3 t h S t
10 ft min 50 ft 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ftSTOPSLOW
STOPSLOW
STOPSLOW
60 ft
STOPSLOW
100 ft100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
ShoulderTaper100 ft
100 ft ROADWORKAHEAD
100 ft100 ft
ROADWORKAHEAD
100 ftROAD
WORK
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
100 ft ROADWORKAHEAD100 ft
100 ftROADWORKAHEAD
100 ft Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tFlaggingTaper100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
Traffic Control Plan # 5** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space and termination taper eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 5 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
N E 1 3 t h S t
10 ft min 50 ft 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
STOPSLOW
STOPSLOW
ROAD
WORK
AHEAD 100 ft ROADWORKAHEAD
100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
100 ft ROADWORKAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tFlaggingTaper
SIDEWALK CLOSED
AHEAD
CROSS HERE
100 ft50 ftTerminationTaper100 ft100 ft100 ft
DETOUR
DETOUR
DETOUR
DETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
Traffic Control Plan # 6** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK
CLOSED
SIDEWALK
CLOSED
ONE LANE
ROAD
AHEAD
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 6 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
D
a
y
t
o
n
P
l
N
E
Posted Speed Limit: 25 Mph
E
d
m
o
n
d
s
P
l
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
E
d
m
o
n
d
s
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
N E 1 3 t h S t
50 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
STOPSLOW
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
FlaggingTaper 50 ft STOPSLOW 100 ft100 ft 100 ft100 ft 10 ft min100 ft100 ft TerminationTaper 100 ft
ROADWORKAHEADONE LANE ROADAHEAD
ROADWORKAHEADONE LANEROADAHEAD
100 ft100 ft
100 ft100 ft100 ft
STOPSLOWSTOPSLOW
10 ft min
Traffic Control Plan # 7** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
SIDEWALK CLOSED CROSS HERE
SIDEWALK CLOSEDCROSS HERE DETOUR
DETOUR
DETOUR
DETOUR
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 7 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min10 ft min
50 ft50 ftSTOPSLOW
STOPSLOW
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ft100 ft 100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD100 ft 100 ft 100 ft
ROADWORKAHEADONE LANE ROADAHEAD 100 ft100 ft
ROADWORKAHEADONE LANEROADAHEAD100 ft100 ft100 ft FlaggingTaperTerminationTaper
STOPSLOW
STOPSLOW Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 8** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
SIDEWALK CLOSED
CROSS HERE
DETOURDETOUR DETOUR
DETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
SIDEWALK CLOSED USE OTHER SIDE
DETOUR
DETOUR
SIDEWALKCLOSEDDETOUR
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 8 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min
10 ft min
STOPSLOW100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD100 ft 100 ft 100 ft
ROADWORKAHEADONE LANE ROADAHEAD 100 ft100 ft
ROADWORKAHEADONE LANEROADAHEAD100 ft100 ft100 ft
STOPSLOW
STOPSLOW Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 50 ftSTOPSLOW 100 ft100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ftFlaggingTaper100 ftROADWORKAHEAD50 ftTerminationTaper SIDEWALK CLOSED
AHEAD
CROSS HERE
SIDEWALKCLOSED
SIDEWALK
CLOSED
SIDEWALK
CLOSED
SIDEWALK CLOSED CROSS HERE
DETOUR
DETOUR
DETOUR
DETOUR DETOUR DETOUR
Traffic Control Plan # 9** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 9 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min
50 ft
ROAD
WORK
AHEAD
100 ft100 ft 100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD100 ft 100 ft STOPSLOW STOPSLOW
STOPSLOW
ROADWORKAHEAD100 ft100 ft
ROADWORKAHEAD
100 ft100 ft
FlaggingTaper
ROADWORKAHEAD 100 ft ONE LANE
ROAD
AHEAD
100 ft100 ftROADWORKAHEAD
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ROADWORKAHEAD100 ft
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Traffic Control Plan # 10** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure
LegendWork AreaSTOPSLOW
FlaggerPortable Sign StandDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space and termination taper eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 10 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min
50 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
STOPSLOW STOPSLOW
ROADWORKAHEAD100 ft
ROADWORKAHEAD 100 ft FlaggingTaper
ROADWORKAHEAD 100 ft100 ft100 ftROADWORKAHEAD
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
DETOURDETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOUR DETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
50 ftTerminationTaper
SIDEWALK
CLOSED
SIDEWALK
CLOSED
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ft100 ft 100 ft100 ft100 ft
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ROADWORKAHEAD100 ft
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Traffic Control Plan # 11** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure
LegendPortable Sign StandWork AreaSTOPSLOW
FlaggerDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 11 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min10 ft min
50 ft155 ft50 ftSTOPSLOW STOPSLOW
STOPSLOW100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD 100 ft100 ft 100 ft100 ft100 ftROADWORKAHEADONE LANEROADAHEAD
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
100 ft100 ft 100 ftROADWORKAHEAD100 ftFlaggingTaperTerminationTaper BufferSpace
ROADWORKAHEAD 100 ft
ROADWORKAHEAD100 ft
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 12** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
SIDEWALK
CLOSED
SIDEWALK
CLOSEDDETOURDETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOUR DETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ROADWORKAHEAD100 ft
Posted Speed Limit: 35 Mph
NE Sunset Blvd
LegendPortable Sign StandWork AreaSTOPSLOW
FlaggerDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 12 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
10 ft min50 ft 50 ft100 ft100 ftROADWORKAHEADFlaggingTaperTerminationTaperROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD100 ft 100 ft 100 ft
ROAD
WORK
AHEAD
100 ft100 ft 100 ft100 ftROADWORKAHEAD100 ftSTOPSLOW
STOPSLOWSTOPSLOW
DETOUR
DETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOUR
DETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
SIDEWALK
CLOSED
SIDEWALK
CLOSED
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 13** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Posted Speed Limit: 35 Mph
NE Sunset Blvd
ONE LANE
ROAD
AHEAD
100 ft ROADWORKAHEAD100 ft
LegendPortable Sign StandWork AreaDelineatorSTOPSLOW
FlaggerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 13 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min10 ft min
50 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD100 ft 100 ft 100 ft 125 ft75 ftSTOPSLOW
STOPSLOW
STOPSLOWSTOPSLOW
FlaggingTaper
BufferSpace MergingTaper 100 ft 100 ft 100 ft
ROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD100 ft 100 ft
ONE LANE
ROAD
AHEAD
100 ft R O ADWORKAHEAD
ROADWORKAHEAD 100 ft100 ft100 ft100 ftROADWORKAHEAD
100 ft100 ft100 ftROADWORKAHEADONE LANEROADAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 14** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
A
v
e
n
u
e
N
E
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.SIDEWALK
CLOSED
SIDEWALK
CLOSEDDETOURDETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOUR
DETOUR
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 ONE LANE ROADAHEAD
50 ftTerminationTaper
10 ft min
100 ft100 ft100 ft ROADWORKAHEAD
ONE LANEROADAHEAD
STOPSLOW
SIDEWALK CLOSED
AHEAD
CROSS HERE
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
LegendPortable Sign StandWork AreaSTOPSLOW
FlaggerDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space modified to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 14 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
155 ft63 ft 75 ft 125 ft 100 ft 100 ft 100 ft
ROAD
WORK
AHEAD
BufferSpace MergingTaperBufferSpaceShiftingTaper100 ftROADWORKAHEAD100 ftROADWORKAHEAD 350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft R O ADWORKAHEAD100 ft100 ftROAD
WORK
AHEAD 100 ft ROADWORKAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 15** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
10 ft min
LEFT
LANE
CLOSED
AHEAD
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
50 ftTerminatonTaper
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
10 ft minTerminatonTaper50 ft STOPSLOW
STOPSLOW
100 ft100 ft100 ft ROADWORKAHEAD
ONE LANEROADAHEAD
100 ft100 ft100 ftROADWORKAHEADONE LANE ROADAHEAD
10 ft min
100 ft 100 ftSTOPSLOWDETOURDETOUR
DETOUR
DETOUR
STOPSLOW
SIDEWALK CLOSEDCROSS HERE
SIDEWALK CLOSED CROSS HERE
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
LegendPortable Sign StandWork AreaDelineatorArrow BoardStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledSTOPSLOW
FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space modified to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 15 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 MphNE 16th StreetPosted Speed Limit: 25 MphHarrington Avenue NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Index Avenue NE
Posted Speed Limit: 25 Mph
Posted Speed Limit: 25 Mph
H
a
r
r
i
n
g
t
o
n
Av
e
n
u
e
N
E Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min 135 ft 63 ft 250 ft 100 ft 100 ft100 ft BufferSpace ShiftingTaperTerminationTaper
ROAD
WORK
AHEAD
100 ftROADWORKAHEAD 350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft R O ADWORKAHEAD 100 ft ROADWORKAHEAD
100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t RIGHT
LANE
CLOSED
AHEAD
SIDEWALK
CLOSED
SIDEWALK
CLOSED
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOUR
DETOURDETOUR
DETOUR TangentSpace 125 ftMergingTaper 100 ftPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
125 ftMergingTaper100 ft100 ft100 ftROAD
WORK
AHEAD
LEFT
LANE
CLOSED
AHEAD
100 ftROADWORKAHEAD Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
SIDEWALK CLOSED
AHEAD
CROSS HERE
Traffic Control Plan # 16** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendWork AreaPortable Sign StandArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 16 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min
100 ft100 ftROAD
WORK
AHEAD 100 ftROADWORKAHEAD100 ftROADWORKAHEAD 100 ft
ROADWORKAHEAD
350 ftROADWORKAHEAD
350 ftROADWORKAHEAD100 ft ROADWORKAHEAD
STOPSLOWSTOPSLOW STOPSLOW
100 ft
100 ft100 ft100 ft
100 ft 100 ft
DETOUR
DETOUR
DETOUR
DETOUR
SIDEWALK CLOSED CROSS HEREPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 17** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
400 ft63 ft 50 ftTerminationTaperShiftingTaperTangentSpace 155 ftMergingTaper 100 ft
ROAD
WORK
AHEAD
100 ft 100 ft
LEFT
LANE
CLOSED
AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
SIDEWALK CLOSEDCROSS HERE
10 ft minSTOPSLOW10 ft min10 ft min 10 ft min10 ft min 100 ft ROADWORKAHEAD Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset BlvdONE LANE ROADAHEAD
ONE LANEROADAHEAD
LegendPortable Sign StandWork AreaArrow BoardSTOPSLOW
FlaggerDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 17 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
350 ftROADWORKAHEAD100 ft 100 ft 100 ft
Traffic Control Plan # 18** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Road ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t350 ftROADWORKAHEAD NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
DETOUR
DETOUR DETOUR
DETOUR
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 10 ft min
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
50 ft 125 ftMergingTaperTerminationTaper 100 ft 100 ft 100 ft
ROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD
ROADWORKAHEAD
DETO URAHEAD
ROADCLOSEDAHEAD
SIDEWALK CLOSED
CROSS HERE
SIDEWALK CLOSED
AHEAD
CROSS HERE
100 ftROAD
WORK
AHEAD
ROADCLOSED
DET
OUR DETOURROADCLOSED
DET
OUR
ENDDETOUR
Match Line AMatch Line A
Posted Speed Limit: 25 MphNE 16th Street
P o ste d S p e e d Li mit: 2 5 M p hNE 1 6t h Str e et Posted Speed Limit: 25 MphHarrington Avenue NE
Posted Speed Limit: 25 Mph
Je
f
f
e
r
s
o
n
Av
e
n
ue
N
E
Posted Speed Limit: 25 Mph
Index Avenue NE
Match Line A Match Line A
ROAD CLOSEDTO THRU TRAFFIC DETOUR100 ft100 ft
ROADWORKAHEAD
ROADWORKAHEAD END
DETOUR
DETOURDETOUR
DETOUR DE T OUR
N
DETOUR
LegendPortable Sign StandWork AreaDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledStorm Pipe TBR / ReinstalledType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 18 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t10 ft min 50 ft125 ftMergingTaper TerminationTaper100 ft100 ft100 ftROAD
WORK
AHEAD 100 ft
ROAD
WORK
AHEAD
DETOURDETOUR
DETOUR
DETOUR
SIDEWALK CLOSED
CROSS HERE
350 ftROADWORKAHEAD100 ftROADWORKAHEAD 100 ft
ROADWORKAHEAD
100 ft100 ft
100 ft ROADWORKAHEAD100 ft
RIGHT
LANE
CLOSED
AHEADROADWORKAHEAD
350 ftROADWORKAHEAD100 ftROADWORKAHEAD
Traffic Control Plan # 19** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Road ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
ROADCLOSED ROAD CLOSEDTOTHRU TRAFFIC
DETOUR
DETOURDET
OUR
DET
OUR
SIDEWALK CLOSED
CROSS HERE
DETOURENDDETOURENDDETOUR
DETOURROADCLOSED
100 ft 100 ft
ROADCLOSEDAHEADDETOURAHEAD
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOURAHEADROADCLOSEDAHEAD
100 ft ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
LegendPortable Sign StandWork AreaArrow BoardType III BarricadeDelineatorStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 19 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min 50 ft
STOPSLOW
125 ftMergingTaperTerminationTaper 100 ft100 ft
ROAD
WORK
AHEAD350 ftROADWORKAHEAD100 ftSTOPSLOW
100 ftROADWORKAHEAD 50 ft FlaggingTaperSTOPSLOW
ROADWORKAHEAD 350 ftROADWORKAHEAD100 ft
ROADWORKAHEAD
100 ft100 ft100 ftBEPREPAREDTO STOP ONE LANE ROADAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
SIDEWALK CLOSEDCROSS HERE
SIDEWALK CLOSED CROSS HEREDETOURDETOUR
DETOUR
DETOUR
Traffic Control Plan # 20** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
100 ft
LEFT
LANE
CLOSED
AHEAD
100 ft100 ftROAD
WORK
AHEAD 63 ftShiftingTaper 100 ft
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
400 ftTangentSpace 10 ft minSTOPSLOW
Posted Speed Limit: 35 Mph
NE Sunset Blvd
50 ftTerminationTaper 100 ft ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset Blvd
40 ft40 ft40 ftONE LANEROADAHEAD
LegendPortable Sign StandWork AreaDelineatorArrow BoardSTOPSLOW
FlaggerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 20 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD
100 ft
350 ftROADWORKAHEAD
350 ftROADWORKAHEAD100 ftSIDEWALK CLOSED CROSS HERE
DETOUR
DETOUR
DETOUR
DETOUR Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 21** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.UPO
350 ft
350 ft
SIDEWALK CLOSEDCROSS HERE
R O ADWORKAHEAD
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
100 ft100 ftROAD
WORK
AHEAD 450 ft63 ftShiftingTaper TangentSpace 125 ftMergingTaper 100 ft100 ft
ROAD
WORK
AHEAD
100 ft
LEFT
LANE
CLOSED
AHEAD
10 ft min
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
10 ft min50 ftTerminationTaper 50 ftTerminationTaper
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P350 ftBEPREPAREDTO STOP
350 ft
BEPREPAREDTO STOP100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
LegendPortable Sign StandWork AreaArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Sign spacing may be modified to fit field conditions.-Buffer space and flagging taper eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 21 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
10 ft min 150 ftShiftingTaper100 ftROADWORKAHEAD
100 ftROAD
WORK
AHEAD 100 ft R O ADWORKAHEAD
Traffic Control Plan # 22** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ftShiftingTaper63 ft 125 ft 100 ft125 ft100 ft100 ft TangentSpace 100 ft 100 ft
RIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
MergingTaper 100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
100 ftROADWORKAHEADLEFT
LANE
CLOSED
AHEAD
10 ft minMergingTaper
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 350 ft UPO
350 ft
100 ft100 ft100 ft ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset Blvd
100 ftB
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P 350 ftBEPREPAREDTO STOPROADWORKAHEAD
350 ftROADWORKAHEAD350 ft350 ft
BEPREPAREDTO STOP
Posted Speed Limit: 35 Mph
NE Sunset Blvd
LegendPortable Sign StandWork AreaArrow BoardStorm Pipe TBR / ReinstalledDelineatorWater Main To Be InstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 22 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min
100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD
100 ft
350 ftROADWORKAHEAD100 ftDETOUR
DETOUR
DETOUR Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 23** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.UPO
350 ft
R OADWORKAHEAD
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ftShiftingTaper100 ft100 ftROAD
WORK
AHEAD 340 ft63 ftShiftingTaper TangentSpace 100 ft 155 ftMergingTaper 100 ft100 ft
ROAD
WORK
AHEAD
100 ft
LEFT
LANE
CLOSED
AHEAD
10 ft min
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOUR
DETOURDETOURDETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
SIDEWALK CLOSED
CROSS HERE
SIDEWALK CLOSED
USE OTHER SIDE
100 ft ROADWORKAHEAD 100 ft ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
100 ft ROADWORKAHEAD350 ftROADWORKAHEAD350 ft350 ft
BEPREPAREDTO STOPDETOUR
350 ftBEPREPAREDTO STOP100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
LegendPortable Sign StandWork AreaArrow BoardStorm Pipe TBR / ReinstalledUPOUniformed Police OfficerDelineatorWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 23 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphMonroe Avenue NE
10 ft min
10 ft min
250 ft 245 ft 350 ftROADWORKAHEAD
100 ft 100 ft
350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaperBufferSpacePosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 Mph
Sunset Boulevard NETraffic Control Plan # 24** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane Closure
DETOUR
DETOUR
DETOUR
DETOUR
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
350 ft
100 ft
350 ft
100 ftROAD
WORK
AHEAD
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
SIDEWALK CLOSED
CROSS HERE
SIDEWALK CLOSED
CROSS HERE
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
UPO
Posted Speed Limit: 35 Mph
NE Sunset Blvd 100 ft
ROAD
WORK
AHEAD
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
100 ft100 ftROADWORKAHEAD B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
100 ft R O ADWORKAHEAD 350 ft350 ft BEPREPAREDTO STOPROADWORKAHEAD
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
LegendPortable Sign StandWork AreaDelineatorArrow BoardStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 24 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphMonroe Avenue NE
250 ft 245 ft 350 ftROADWORKAHEAD350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaperBufferSpace
Posted Speed Limit: 35 Mph
Sunset Boulevard NE
125 ftMergingTaper ShiftingTaper10 ft min
10 ft min
350 ft100 ft100 ft100 ft LEFT
LANE
CLOSED
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
100 ft
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
Traffic Control Plan # 25** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic Diversion
350 ft
ROADWORKAHEAD100 ft
350 ft
R O ADWORKAHEAD
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ftShiftingTaper63 ft10 ft min
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
UPO
SIDEWALK CLOSED CROSS HERE
SIDEWALK CLOSEDCROSS HERE
DETOUR
DETOUR
DETOUR
DETOUR
ROAD
WORK
AHEAD 100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
LegendPortable Sign StandWork AreaDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 25 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 MphMonroe Avenue NE
245 ft 350 ftROADWORKAHEAD350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaper
Posted Speed Limit: 35 Mph
NE Sunset Blvd
10 ft min
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
Traffic Control Plan # 26** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Wade BatesDate: October 2024Drawn By: Ethan AmerineATTSA Cert#: 410902
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ftShiftingTaper
10 ft min
100 ft 100 ft
ROAD
WORK
AHEAD
63 ftShiftingTaper250 ft63 ft100 ft100 ftROAD
WORK
AHEAD 100 ft 100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
490 ftTangentSpace63 ftShiftingTaper350 ft
490 ft TangentSpace100 ftROADWORKAHEADMatch Line A Match Line AMatch Line AMatch Line A TangentSpace490 ft
350 ft 350 ftBEPREPAREDTO STOP
350 ft350 ft BEPREPAREDTO STOPUPO
SIDEWALK CLOSED CROSS HERESIDEWALK CLOSEDCROSS HERE
DETOUR
DETOUR
DETOUR
DETOUR
UPO to assist traffic with turnmovements through the intersectionTangentSpaceShiftingTaper 100 ft 100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
100 ft ROADWORKAHEAD 100 ft 100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
PROADWORKAHEAD
LegendPortable Sign StandWork AreaArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 26 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 Mph
NE Sunset Blvd Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
245 ft
350 ft ROADWORKAHEAD350 ft 350 ft MergingTaper82 ft ShoulderTaper
100 ftROADWORKAHEADMatch Line AMatch Line A TangentSpace490 ftLEFT LANECLOSEDAHEAD
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Traffic Control Plan # 26** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic Diversion- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
LegendWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledPortable Sign StandArrow BoardDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 27 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 MphMonroe Avenue NE
245 ft 350 ftROADWORKAHEAD350 ft 350 ftRIGHT LANECLOSEDAHEADMergingTaper
Posted Speed Limit: 35 Mph
NE Sunset Blvd
10 ft min
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
Traffic Control Plan # 27** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Wade BatesDate: October 2024Drawn By: Ethan AmerineATTSA Cert#: 410902
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
125 ftMergingTaper
10 ft min
100 ft100 ft 100 ft
ROAD
WORK
AHEAD
50 ftTerminationTaper100 ft100 ft100 ftROAD
WORK
AHEAD 100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
490 ftTangentSpace63 ftShiftingTaper350 ft
490 ft TangentSpace100 ftROADWORKAHEADMatch Line A Match Line AMatch Line AMatch Line A TangentSpace490 ft
350 ft 350 ftBEPREPAREDTO STOP
350 ft350 ft BEPREPAREDTO STOPUPO
SIDEWALK CLOSED CROSS HERE
DETOUR
DETOUR
DETOUR
DETOUR
UPO to assist traffic with turnmovements through the intersection 100 ft 100 ft ROADWORKAHEAD
50 ftTerminationTaperLEFT
LANE
CLOSED
AHEAD
10 ft min10 ft min
SIDEWALK CLOSEDCROSS HERE100 ftROADWORKAHEAD
100 ft ROADWORKAHEAD 100 ftROADWORKAHEAD
LegendPortable Sign StandWork AreaArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 28 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 Mph
NE Sunset Blvd Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
245 ft
350 ft ROADWORKAHEAD350 ft 350 ft MergingTaper82 ft ShoulderTaper
100 ftROADWORKAHEADMatch Line AMatch Line A TangentSpace490 ftLEFT LANECLOSEDAHEAD
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Traffic Control Plan # 27** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane Closures STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
LegendWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledPortable Sign StandArrow BoardDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 29 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
50 ft
245 ft
63 ft
10 ft min
10 ft min
MergingTaper
ShiftingTaperTerminationTaper ROAD
WORK
AHEAD
100 ft ROADWORKAHEAD
350 ftROADWORKAHEAD
100 ftROADWORKAHEAD350 ft350 ft350 ftROADWORKAHEADRIGHT LANECLOSEDAHEAD
Traffic Control Plan # 28** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.350 ft
350 ft
100 ft
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ftShiftingTaper125 ftMergingTaper100 ft100 ft100 ftROAD
WORK
AHEAD
LEFT
LANE
CLOSED
AHEAD 100 ft 100 ft100 ftROADWORKAHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPO
SIDEWALK CLOSED
CROSS HERESIDEWALK CLOSED
CROSS HERE
DETOUR
DETOUR DETOUR
DETOUR
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
10 ft min
100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P 100 ftB
E
P
R
E
P
A
R
E
D
T
O
S
T
O
PBEPREPAREDTO STOP350 ftBEPREPAREDTO STOPCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 30 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
10 ft min10 ft min
63 ft245 ft MergingTaper100 ftROADWORKAHEAD350 ft350 ft350 ftROADWORKAHEADRIGHT LANECLOSEDAHEAD63 ftShiftingTaper100 ftROAD
WORK
AHEAD 100 ftROADWORKAHEAD
ShiftingTaper
100 ft ROAD
WORK
AHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
SIDEWALK CLOSED
CROSS HERE
DETOURDETOUR
DETOUR
DETOURTraffic Control Plan # 29** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
350 ft
SIDEWALK CLOSED
CROSS HERE
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
250 ft63 ft100 ft 100 ftROADWORKAHEAD 125 ftMergingTaper 100 ft 100 ft 100 ft
LEFT
LANE
CLOSED
AHEAD
100 ftShiftingTaper 100 ft ROADWORKAHEAD
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 UPOTangentSpace100 ft ROADWORKAHEAD 100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
PBEPREPAREDTO STOP 100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P350 ft 350 ft350 ftBEPREPAREDTO STOPROADWORKAHEAD
LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 31 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min 63 ft350 ftROADWORKAHEAD63 ftShiftingTaper100 ftROAD
WORK
AHEAD 100 ftROADWORKAHEAD
ShiftingTaper
100 ft ROAD
WORK
AHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
SIDEWALK CLOSED
CROSS HERE
DETOURDETOUR
DETOUR
DETOURCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.SIDEWALK CLOSED
CROSS HERE
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
250 ft63 ft100 ft 100 ftROADWORKAHEAD 125 ftMergingTaper 100 ft 100 ft 100 ft
LEFT
LANE
CLOSED
AHEAD
100 ftShiftingTaper 100 ft ROADWORKAHEAD
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
UPOTangentSpace100 ft ROADWORKAHEAD 123 ftShiftingTaper
245 ft MergingTaper350 ft350 ft
100 ft
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Match Line A Match Line AMatch Line AMatch Line A
350 ftBEPREPAREDTO STOP 350 ft
350 ft350 ft BEPREPAREDTO STOP
100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
245 ft TangentSpace350 ftROADWORKAHEADTraffic C o nt r o l Pl an # 3 0** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor D ou bl e L a ne C lo s ure
LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 32 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 Mph
NE Sunset Blvd
350 ft350 ft350 ftROADWORKAHEADMatch Line AMatch Line A 350 ft BEPREPAREDTO STOPRIGHT LANECLOSEDAHEADCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Traffic Control Plan # 30** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Double Lane Closure
LegendDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 33 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
123 ft63 ft
10 ft min
10 ft min ShiftingTaperShiftingTaper ROAD
WORK
AHEAD
100 ft ROADWORKAHEAD
350 ftROADWORKAHEAD Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t350 ft
100 ft63 ftShiftingTaper125 ftMergingTaper100 ft100 ft100 ftROAD
WORK
AHEAD
LEFT
LANE
CLOSED
AHEAD 100 ft 100 ft100 ftROADWORKAHEAD
UPO
SIDEWALK CLOSED
CROSS HERESIDEWALK CLOSED
CROSS HERE
DETOUR
DETOUR DETOUR
DETOUR
Posted Speed Limit: 35 Mph
NE Sunset Blvd
100 ft100 ftB
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P 100 ftB
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P350 ftBEPREPAREDTO STOP
123 ft
245 ft MergingTaper350 ft350 ft
100 ft
Match Line A Match Line AMatch Line AMatch Line A 350 ft350 ft BEPREPAREDTO STOP245 ft TangentSpace
350 ftROADWORKAHEADShiftingTaper
Traffic Control Plan # 31** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Double Lane Closure
LegendPortable Sign StandWork AreaDelineatorArrow BoardUPOUniformed Police OfficerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 34 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 Mph
NE Sunset Blvd
350 ft350 ft350 ftROADWORKAHEADMatch Line AMatch Line A 350 ft BEPREPAREDTO STOPRIGHT LANECLOSEDAHEADCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Traffic Control Plan # 31** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Double Lane Closure
LegendDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 35 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min100 ftROADWORKAHEAD
100 ft 350 ftROADWORKAHEAD 100 ft
ROAD
WORK
AHEAD
100 ft ROADWORKAHEAD
SIDEWALK CLOSEDCROSS HERE
SIDEWALK CLOSED CROSS HEREDETOURDETOUR
DETOUR
DETOUR
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 32** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.100 ftROADWORKAHEAD
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
320 ft63 ftShiftingTaper100 ftROAD
WORK
AHEAD100 ft TangentSpace100 ftROADWORKAHEAD
100 ft ROADWORKAHEAD
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
UPO 100 ft10 ft min 50 ftTerminationTaper100 ft ROADWORKAHEAD 350 ft350 ft
BEPREPAREDTO STOP350 ftROADWORKAHEAD350 ft350 ftBEPREPAREDTO STOP 100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
LegendPortable Sign StandWork AreaDelineatorWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledUPOUniformed Police OfficerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 36 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min
100 ftROADWORKAHEADPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 100 ftROADWORKAHEAD 100 ftROADWORKAHEAD
100 ft
350 ftROADWORKAHEAD
DETOUR
DETOUR
DETOUR Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 33** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.UPO
350 ft
R OADWORKAHEAD
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ftShiftingTaper100 ft100 ftROAD
WORK
AHEAD 340 ft63 ftShiftingTaper TangentSpace 100 ft
ROAD
WORK
AHEAD
100 ft10 ft min
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 DETOUR
DETOURDETOURDETOUR
SIDEWALK CLOSED
AHEAD
CROSS HERE
SIDEWALK CLOSED
CROSS HERE
SIDEWALK CLOSED
USE OTHER SIDE
100 ft ROADWORKAHEAD 100 ft
ROADWORKAHEADPosted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset Blvd
100 ft ROADWORKAHEAD350 ftROADWORKAHEAD350 ft350 ft
BEPREPAREDTO STOPDETOUR
350 ftBEPREPAREDTO STOP100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
STOPSLOW
STOPSLOW
STOPSLOW 100 ft 100 ft
ONE LANE
ROAD
AHEAD
100 ft100 ft ONE LANEROADAHEAD
50 ft
10 ft min10 ft min
TerminationTaper
LegendPortable Sign StandWork AreaStorm Pipe TBR / ReinstalledUPOUniformed Police OfficerDelineatorWater Main To Be InstalledFiber Line To Be InstalledSTOPSLOW
FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 37 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
100 ft
ROAD
WORK
AHEAD
100 ft
ROADWORKAHEAD
SIDEWALK CLOSED CROSS HEREDETOURDETOUR
DETOUR
DETOUR
Posted Speed Limit: 35 Mph
Sunset Boulevard NE
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Traffic Control Plan # 34** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorInside Lane ClosuresCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
100 ft ROADWORKAHEAD
10 ft min STOPSLOW
STOPSLOW 100 ft
100 ft100 ft ONE LANEROADAHEAD
MergingTaper
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
UPO 10 ft min125 ft100 ft100 ft100 ftROAD
WORK
AHEAD
LEFT
LANE
CLOSED
AHEAD
SIDEWALK CLOSEDCROSS HERE
50 ftTerminationTaper
STOPSLOW50 ftTerminationTaper100 ft100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P100 ftROADWORKAHEAD
100 ft R O A DWOR KAHEA D 350 ftROADWORKAHEAD350 ft350 ft
BEPREPAREDTO STOP350 ftROADWORKAHEAD350 ft350 ftBEPREPAREDTO STOP 100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
LegendPortable Sign StandWork AreaSTOPSLOW
FlaggerStorm Pipe TBR / ReinstalledWater Main To Be InstalledUPOUniformed Police OfficerDelineatorArrow BoardFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 38 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft min 10 ft min125 ft 50 ft50 ftMergingTaperFlaggingTaperTerminationTaperSTOPSLOW
STOPSLOW STOPSLOW350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft100 ft100 ftROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD 100 ft 100 ft
100 ft100 ft100 ft100 ft ROADWORKAHEAD
B EPREPA R E DTO S T O P
ONE LANEROADAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e tTraffic Control Plan # 35** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
SIDEWALK
CLOSED
SIDEWALK
CLOSED 100 ft ROADWORKAHEAD100 ft 100 ft
100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK ENDSSPOTTERS REQUIREDTO ASSIST PEDEST RIANS
ONE LANE
ROAD
AHEAD
LegendWork AreaDelineatorArrow BoardPortable Sign StandSTOPSLOW
FlaggerStorm Pipe TBR / ReinstalledSpotterWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 39 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
10 ft m
in 10 ft min125 ft 50 ftMergingTaper TerminationTaperSTOPSLOW
STOPSLOW STOPSLOW350 ftROADWORKAHEAD350 ftROADWORKAHEAD100 ft100 ft100 ftROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD 100 ft 100 ft
100 ft100 ft100 ft ROADWORKAHEAD
ONE LANEROADAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e tTraffic Control Plan # 36** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
SIDEWALK
CLOSED
SIDEWALK
CLOSED 100 ft ROADWORKAHEAD100 ft
100 ft
ROAD
WORK
AHEAD
ONE LANE
ROAD
AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK ENDSSPOTTERS REQUIREDTO ASSIST PEDEST RIANS
LegendWork AreaDelineatorArrow BoardPortable Sign StandSTOPSLOW
FlaggerStorm Pipe TBR / ReinstalledSpotterWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 40 of 86PLANS ARENOT TO SCALEN
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Sunset Boulevard NE
Sunset Boulevard NEKirkland Avenue NEK
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
M
o
n
r
o
e
Av
e
n
u
e
N
E
N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM
o
n
r
o
e
Av
e
n
u
e
N
E
Monroe Avenue NEN
e
w
p
o
r
t
A
v
e
n
u
e
N
E
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
P
i
e
r
c
e
P
l
N
E
P
i
e
r
c
e
A
v
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
N
E
11
t
h
P
l
U
n
i
o
n
A
v
e
N
E
U
n
i
o
n
A
v
e
N
E
Redmond Avenue NE
R
e
d
m
o
n
d
P
l
N
E
N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l
P
i
e
r
c
e
Av
e
N
E
SHEET 42 SHEET 43 SHEET 44
SHEET 45 SHEET 46
*PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDLYNWOOD -MONROEPanel 1Advance Message
P
C
M
S
P
C
M
S
P
C
M
S
P
C
M
S
P C M S
LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 41 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E 155 ft42 ft BufferSpaceShoulderTaper100 ft100 ft ROADWORKAHEAD
DETOUR
100 ft ROADWORKAHEAD
DET
OUR100 ftROADWORKAHEAD
100 ft R O A DWORKAHEAD
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND
DETOUR
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
Sunset Boulevard NEDETOUR
Match Line B
Match Line B
Match Line DMatch Line DCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
125 ft100 ft100 ft100 ft RIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
100 ft
MergingTaper
100 ft
DET
OUR
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
MUST
TURN RIGHT
500 ft
100 ft100 ftDETOURAHEADROADCLOSEDAHEAD
DETOUR
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
DET OUR
ROAD
CLOSED
ROAD
CLOSED
ROAD
CLOSED
100 ftDETOURROADWORKAHEAD
LEFT LANECLOSEDAHEAD
Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
LegendPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledWork AreaDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 42 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
A
v
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 11 t h P l100 ft
ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR100 ftDETOUR
100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR
Match Line B
Match Line B
Match Line C
Match Line C
Match Line FMatch Line FCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
500 ft
ROAD
CLOSED
500 FT
100 ft100 ft
DET OURAHEADROADCLOSEDAHEAD
ROAD CLOSED
TO
T
HRU T
RAFFIC
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634500 ft ROADWORKAHEAD
ROAD
CLOSED
1000 FT
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 43 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 30 Mph
U
n
i
o
n
Av
e
N
E
Posted Speed Limit: 30 Mph
Union Ave NE
100 ft ROADWORKAHEAD
DETOUR ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
DETOUR
END DETOURMatch Line C
Match Line C
Match Line GMatch Line G Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 44 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 MphNE S u n s e t B l v d
Posted Speed Limit: 25 MphMonroe Avenue NE
Posted Speed Limit: 25 Mph
N
e
w
p
o
r
t
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 35 Mph
Sunset Boulevard NE
DETOUR
Match Line D Match Line DMatch Line DMatch Line D
Match Line E
Match Line E
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.100 ftROADWORKAHEAD
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
ROAD CLOSEDTO THRU TRAFFIC DETOUR
100 ft100 ft
ROADWORKAHEAD 100 ft DETOURAHEAD
ROADCLOSEDAHEAD
350 ft
350 ft
R
O
A
D
W
O
R
K
A
H
E
A
D
350 ftROADWORKAHEADROADCLOSEDAHEAD350 ft
ROAD
CLOSED
AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 45 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 30 Mph
P
osted S
peed Limit: 25 M
ph
Red
m
ond Avenue N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t
Union Ave NE
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E Posted Speed Limit: 35 MphNE Sunset BlvdDETOUR
Match Line F Match Line FMatch Line FMatch Line F
Match Line E
Match Line E
Match Line G Match Line GMatch Line GMatch Line G
Traffic Control Plan # 37** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 46 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
10 ft min155 ft125 ft BufferSpaceMergingTaper100 ft100 ft100 ft 100 ft
ROAD
WORK
AHEAD
ROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD 100 ft
ROADWORKAHEAD
100 ftROADWORKAHEAD 350 ftROADWORKAHEAD350 ftROADWORKAHEAD
Traffic Control Plan # 38** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
100 ft R O A DWORKAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
STOPSLOW STOPSLOW
100 ft ROADWORKAHEAD
155 ft63 ft
100 ft
BufferSpaceShiftingTaper
STOPSLOW
100 ft100 ft
100 ft 100 ft 100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
ONE LANE
ROAD
AHEADROADWORKAHEAD100 ft100 ft100 ft
ONE LANE
ROAD
AHEAD
100 ft 50 ftTerminationTaper
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
100 ft ONE LANEROADAHEAD ONE LANEROADAHEAD
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
LegendDelineatorArrow BoardPortable Sign StandStorm Pipe TBR / ReinstalledWater Main To Be InstalledFiber Line To Be InstalledWork AreaSTOPSLOW
FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 47 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 11 t h P l
10 ft min125 ftMergingTaper 100 ft
100 ft ROADWORKAHEAD
ROAD
WORK
AHEAD
ROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD 100 ft
Traffic Control Plan # 39** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractor Traffic DiversionCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
100 ft100 ft100 ft
100 ft
ShiftingTaperROADWORKAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
126 ft
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 SIDEWALK ENDSSPOTTERS REQUIREDTO ASSIST PEDEST RIANS
SIDEWALK ENDSSIDEWALK
CLOSED
SIDEWALK
CLOSED
LegendPortable Sign StandWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledSpotterArrow BoardWork AreaDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 48 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 11 t h P l
10 ft min125 ftMergingTaper 100 ft ROADWORKAHEAD
ROAD
WORK
AHEAD
ROAD
WORK
AHEAD
RIGHT
LANE
CLOSED
AHEAD 100 ft
Traffic Control Plan # 40** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
100 ft100 ft100 ft
100 ft
ShiftingTaperROADWORKAHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ft
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
50 ft 50 ftTerminationTaperFlaggingTaperSTOPSLOWSTOPSLOW 100 ft 100 ft
ONE LANE
ROAD
AHEAD
100 ftSTOPSLOW
ROADWORKAHEAD
100 ft100 ft
100 ft100 ft
100 ft100 ft 235 ftBufferSpace
350 ftROADWORKAHEAD350 ftROADWORKAHEAD ONE LANE
ROAD
AHEAD
ONE LANEROADAHEAD
LegendPortable Sign StandWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledArrow BoardDelineatorWork AreaSTOPSLOW
FlaggerDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 49 of 86PLANS ARENOT TO SCALEN
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Sunset Boulevard NE
Sunset Boulevard NEKirkland Avenue NEK
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
M
o
n
r
o
e
Av
e
n
u
e
N
E
N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM
o
n
r
o
e
Av
e
n
u
e
N
E
Monroe Avenue NEN
e
w
p
o
r
t
Av
e
n
u
e
N
E
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
P
i
e
r
c
e
P
l
N
E
P
i
e
r
c
e
A
v
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
N
E
11
t
h
P
l
U
n
i
o
n
A
v
e
N
E
U
n
i
o
n
A
v
e
N
E
Redmond Avenue NE
R
e
d
m
o
n
d
P
l
N
E
N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l
P
i
e
r
c
e
Av
e
N
E
SHEET 51 SHEET 52 SHEET 53
SHEET 54 SHEET 55
P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDMONROE TOMONROEPanel 1Advance Message
P
C
M
S
P
C
M
S
P
C
M
S
P
C
M
S
LegendWork AreaPortable Changeable Message BoardDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 50 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
L
y
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
Av
e
n
u
e
N
E
ROAD
CLOSED
155 ft42 ft BufferSpaceShoulderTaper100 ft100 ft ROADWORKAHEAD
DETOUR
DETOUR
100 ft ROADWORKAHEAD
DET
OUR100 ftROADWORKAHEAD
100 ft R O A DWORKAHEAD
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND
DETOUR
Posted Speed Limit: 35 Mph
NE Sunset Blvd
Posted Speed Limit: 35 Mph
NE Sunset BlvdDETOUR
Match Line B
Match Line B
Match Line DMatch Line DCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
125 ft100 ft100 ftRIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
100 ft
MergingTaper
100 ft
DET
OUR
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
MUST
TURN RIGHT 100 ft100 ftDETOURAHEADROADCLOSEDAHEAD
ROAD
CLOSED
ROADCLOSED
500 ftROAD
CLOSED
500 FT
DETOUR
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634 500 ft
100 ft
RIGHT LANECLOSEDAHEAD
LegendPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledWork AreaDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 51 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
A
v
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 11 t h P l100 ft
ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR
Match Line B
Match Line B
Match Line C
Match Line C
Match Line FMatch Line FCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
100 ft100 ft
DET OURAHEADROADCLOSEDAHEAD
ROAD CLOSED
TO
T
HRU T
RAFFIC
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 52 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 30 Mph
U
n
i
o
n
Av
e
N
E
Posted Speed Limit: 30 Mph
Union Ave NE
100 ft ROADWORKAHEAD
DETOUR ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
DETOUR
END DETOURMatch Line C
Match Line C
Match Line GMatch Line G Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
DETOUR Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 53 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 MphNE S u n s e t B l v d
Posted Speed Limit: 25 MphMonroe Avenue NE
Posted Speed Limit: 25 Mph
N
e
w
p
o
r
t
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 35 Mph
NE Sunset Blvd
DETOUR
Match Line D Match Line DMatch Line DMatch Line D
Match Line E
Match Line E
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.100 ftROADWORKAHEAD
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
ROAD CLOSEDTO THRU TRAFFIC DETOUR
100 ft100 ft
ROADWORKAHEAD 100 ft DETOURAHEAD
ROADCLOSEDAHEAD
350 ft
350 ft
R
O
A
D
W
O
R
K
A
H
E
A
D
350 ftROADWORKAHEADROADCLOSEDAHEAD350 ft
ROAD
CLOSED
AHEADJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 54 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 30 Mph
P
osted S
peed Limit: 25 M
ph
Red
m
ond Avenue N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t
Union Ave NE
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E Posted Speed Limit: 35 MphNE Sunset BlvdDETOUR
Match Line F Match Line FMatch Line FMatch Line F
Match Line E
Match Line E
Match Line G Match Line GMatch Line GMatch Line G
Traffic Control Plan # 41** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 55 of 86PLANS ARENOT TO SCALEN
Sunset Boulevard NE
Sunset Boulevard NEKirkland Avenue NEK
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
M
o
n
r
o
e
A
v
e
n
u
e
N
E
N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM
o
n
r
o
e
Av
e
n
u
e
N
E
Monroe Avenue NEN
e
w
p
o
r
t
Av
e
n
u
e
N
E
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
P
i
e
r
c
e
P
l
N
E
P
i
e
r
c
e
A
v
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
S
h
e
l
t
o
n
Av
e
n
u
e
N
E
N
E
11
t
h
P
l
U
n
i
o
n
Av
e
N
E
U
n
i
o
n
Av
e
N
E
Redmond Avenue NE
R
e
d
m
o
n
d
P
l
N
E
N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l
P
i
e
r
c
e
Av
e
N
E
SHEET 57 SHEET 58 SHEET 59
SHEET 60 SHEET 61
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDMONROE TOOLYMPIAPanel 1Advance Message
P
C
M
S
P
C
M
S
P
C
M
S
P
C
M
S
LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 56 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
DETOURDETOUR
100 ft ROADWORKAHEAD
DET
OUR100 ftROADWORKAHEAD
100 ft R O A DWORKAHEAD
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND
DETOUR DETOUR
Match Line H
Match Line H
Match Line JMatch Line J
125 ft100 ft100 ftRIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
100 ft
MergingTaper
100 ft
DET
OUR
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
MUST
TURN RIGHT
ROAD
CLOSED100 ft ROADWORKAHEAD
ROAD CLOSED
TO
T
HRU T
RAFFIC
500 ftDETOUR
ROAD
CLOSED
500 FTNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
100 ft 100 ftROADWORKAHEADDETOUR
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeDelineatorArrow BoardWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 57 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 11 t h P l
Posted Speed Limit: 25 MphNE 11 t h S t
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR
Match Line H
Match Line H
Match Line I
Match Line I
Match Line LMatch Line L500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
ROADCLOSED
ROAD
CLOSED
100 ft100 ft100 ft ROADWORKAHEAD
DET OURAHEADROADCLOSEDAHEAD
ROAD CLOSEDTOTHRU TRAFFICDETOUR 100 ft
ROAD
WORK
AHEAD
DETOUR
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 58 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 30 Mph
U
n
i
o
n
A
v
e
N
E
100 ft ROADWORKAHEAD
DETOUR ROAD CLOSED
TO
THRU T
RAFFIC
DETOUR
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
DETOUR
END DETOURMatch Line I
Match Line I
Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
DETOUR
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Match Line MMatch Line M
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 59 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 MphNE S u n s e t B l v d
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph
N
e
w
p
o
r
t
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset BlvdDETOUR
ROADWORKAHEAD ROADWORKAHEAD
DETOUR
Match Line J Match Line JMatch Line JMatch Line J
Match Line K
Match Line K
500 ft
ROAD
CLOSED
500 FT
100 ftROADWORKAHEAD
100 ft
350 ft
350 ft
R
O
A
D
W
O
R
K
A
H
E
A
DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ROADWORKAHEAD LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 60 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
P
osted S
peed Limit: 25 M
ph
Red
m
ond Avenue N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t
Union Ave NE
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E Posted Speed Limit: 35 MphNE Sunset Blvd
ROADWORKAHEAD ROADWORKAHEAD
DETOUR
DETOUR
Match Line L Match Line LMatch Line LMatch Line L
Match Line K
Match Line K
Road Closure
500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
DETOUR
Traffic Control Plan # 42** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Match Line M Match Line MMatch Line MMatch Line M
Road Closure
LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 61 of 86PLANS ARENOT TO SCALEN
Sunset Boulevard NE
Sunset Boulevard NEKirkland Avenue NEK
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
M
o
n
r
o
e
A
v
e
n
u
e
N
E
N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM
o
n
r
o
e
Av
e
n
u
e
N
E
Monroe Avenue NEN
e
w
p
o
r
t
Av
e
n
u
e
N
E
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
P
i
e
r
c
e
P
l
N
E
P
i
e
r
c
e
A
v
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
S
h
e
l
t
o
n
Av
e
n
u
e
N
E
N
E
11
t
h
P
l
U
n
i
o
n
Av
e
N
E
U
n
i
o
n
Av
e
N
E
Redmond Avenue NE
R
e
d
m
o
n
d
P
l
N
E
N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l
P
i
e
r
c
e
Av
e
N
E
SHEET 63 SHEET 64 SHEET 65
SHEET 66 SHEET 67
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDOLYMPIATO PIERCEPanel 1Advance Message
P
C
M
S
P
C
M
S
P
C
M
S
P
C
M
S
LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 62 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
DETOUR
100 ft ROADWORKAHEAD
DETOUR
DET
OUR100 ftROADWORKAHEAD
100 ft R O A DWORKAHEAD
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND
DETOUR DETOUR
Match Line N
Match Line N
Match Line PMatch Line P
125 ft100 ft100 ftRIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
100 ft
MergingTaper
100 ft
DET
OUR
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
MUST
TURN RIGHT 100 ft ROADWORKAHEAD
ROAD CLOSED
TO
T
HRU T
RAFFIC
ROAD
CLOSED
500 FT500 ft
DETOUR
ROAD
CLOSED
1000 FTNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
100 ft DETOUR 100 ftROADWORKAHEAD
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 63 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 11 t h P l
Posted Speed Limit: 25 MphNE 11 t h S t
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
100 ft ROADWORKAHEADDETOUR 100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR
Match Line N
Match Line N
Match Line O
Match Line O
Match Line RMatch Line R500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
ROADCLOSED
ROAD
CLOSED
100 ft ROADWORKAHEAD
DETOURROAD
CLOSED ROAD CLOSEDTOTHRU TRAFFIC
100 ft
ROADCLOSEDAHEAD500 ft
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 64 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 30 Mph
U
n
i
o
n
A
v
e
N
E
100 ft ROADWORKAHEAD
DETOUR ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
DETOUR
END DETOURMatch Line O
Match Line O
DETOUR CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureMatch Line SMatch Line S
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 65 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 MphNE S u n s e t B l v d
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph
N
e
w
p
o
r
t
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset BlvdDETOUR
ROADWORKAHEAD
DETOUR
Match Line P Match Line PMatch Line PMatch Line P
Match Line Q
Match Line Q
100 ftROADWORKAHEAD
100 ft
350 ft
350 ft
R
O
A
D
W
O
R
K
A
H
E
A
DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureJob Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ROADWORKAHEAD
Stage 4
LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 66 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
P
osted S
peed Limit: 25 M
ph
Red
m
ond Avenue N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t
Union Ave NE
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E Posted Speed Limit: 35 MphNE Sunset Blvd
ROADWORKAHEAD ROADWORKAHEAD
DETOUR
DETOUR
Match Line R Match Line RMatch Line RMatch Line R
Match Line Q
Match Line Q
500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
DETOUR
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634Traffic Control Plan # 43** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
Match Line S Match Line SMatch Line SMatch Line S LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 67 of 86PLANS ARENOT TO SCALEN
Sunset Boulevard NE
Sunset Boulevard NEKirkland Avenue NEK
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
M
o
n
r
o
e
A
v
e
n
u
e
N
E
N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM
o
n
r
o
e
Av
e
n
u
e
N
E
Monroe Avenue NEN
e
w
p
o
r
t
Av
e
n
u
e
N
E
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
P
i
e
r
c
e
P
l
N
E
P
i
e
r
c
e
A
v
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
S
h
e
l
t
o
n
Av
e
n
u
e
N
E
N
E
11
t
h
P
l
U
n
i
o
n
Av
e
N
E
U
n
i
o
n
Av
e
N
E
Redmond Avenue NE
R
e
d
m
o
n
d
P
l
N
E
N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l
P
i
e
r
c
e
Av
e
N
E
SHEET 69 SHEET 70 SHEET 71
SHEET 72 SHEET 73
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDPIERCETO PIERCEPanel 1Advance Message
P
C
M
S
P
C
M
S
P
C
M
S
P
C
M
S
LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 68 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
DETOUR
100 ft ROADWORKAHEAD
DETOUR
DET
OUR100 ftROADWORKAHEAD
100 ft R O A DWORKAHEAD
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND
DETOUR
Posted Speed Limit: 35 Mph
Sunset Boulevard NE
DETOUR
Match Line T
Match Line T
Match Line VMatch Line V
125 ft100 ft100 ft100 ft RIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
100 ft
MergingTaper
100 ft
DET
OUR
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
MUST
TURN RIGHT 100 ft ROADWORKAHEAD
ROAD CLOSED
TO
T
HRU T
RAFFIC
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
ROAD
CLOSED
1000 FT
DETOUR 500 ft
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandType III BarricadeStorm Pipe TBR / ReinstalledDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 69 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 11 t h P l
Posted Speed Limit: 25 MphNE 11 t h S t
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
100 ft
ROADWORKAHEAD
100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR
Match Line T
Match Line T
Match Line U
Match Line U
Match Line XMatch Line X500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
ROAD
CLOSED
ROADCLOSED100 ft ROADWORKAHEAD
ROAD
CLOSED
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
100 ftROADWORKAHEAD
100 ft100 ft
ROADCLOSEDAHEADDETOURAHEAD
ROAD CLOSEDTOTHRU TRAFFICDETOURDET
OUR
DETOUR
500 ftROAD
CLOSED
500 FT500 ft
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
DETOUR
LegendPortable Sign StandType III BarricadeStorm Pipe TBR / ReinstalledWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 70 of 86PLANS ARENOT TO SCALEN
Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
DETOUR
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 30 Mph
U
n
i
o
n
Av
e
N
E
100 ft ROADWORKAHEAD
DET OUR ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
DETOUR
END DETOURMatch Line U
Match Line U
DETOUR Match Line YMatch Line Y
LegendType III BarricadePortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 71 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 MphNE S u n s e t B l v d
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph
N
e
w
p
o
r
t
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
ROADWORKAHEAD
Posted Speed Limit: 35 Mph
NE Sunset BlvdDETOUR
ROADWORKAHEAD
DETOUR
Match Line V Match Line VMatch Line VMatch Line V
Match Line W
Match Line W
100 ftROADWORKAHEAD
100 ft
350 ft
350 ft
R
O
A
D
W
O
R
K
A
H
E
A
DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
ROADWORKAHEAD
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 72 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Q
u
e
e
n
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
P
osted S
peed Limit: 25 M
ph
Red
m
ond Avenue N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t
Union Ave NE
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E Posted Speed Limit: 35 MphNE Sunset Blvd
ROADWORKAHEAD ROADWORKAHEAD
DETOUR
DETOUR
Match Line X Match Line XMatch Line XMatch Line X
Match Line W
Match Line W
500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
DETOUR
Traffic Control Plan # 44** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Match Line Y Match Line Y LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 73 of 86PLANS ARENOT TO SCALEN
Sunset Boulevard NE
Sunset Boulevard NEKirkland Avenue NEK
i
r
k
l
a
n
d
A
v
e
n
u
e
N
E
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
M
o
n
r
o
e
A
v
e
n
u
e
N
E
N E 1 2 t h S t r e e t N E 1 2 t h S t r e e tM
o
n
r
o
e
Av
e
n
u
e
N
E
Monroe Avenue NEN
e
w
p
o
r
t
Av
e
n
u
e
N
E
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
P
i
e
r
c
e
P
l
N
E
P
i
e
r
c
e
A
v
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
Q
u
e
e
n
Av
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
R
e
d
m
o
n
d
A
v
e
n
u
e
N
E
S
h
e
l
t
o
n
Av
e
n
u
e
N
E
N
E
11
t
h
P
l
U
n
i
o
n
Av
e
N
E
U
n
i
o
n
Av
e
N
E
Redmond Avenue NE
R
e
d
m
o
n
d
P
l
N
E
N E 1 4 t h S tNE 1 4 t h C tNE 1 4 t h P l
P
i
e
r
c
e
Av
e
N
E
SHEET 75 SHEET 76 SHEET 77
SHEET 78 SHEET 79
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorRoad Closure NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.P C M S *PCMS to be deployed 7 days prior to start of workFOLLOWPOSTEDDETOURPanel 2ROADCLOSEDAHEADPanel 1Day of MessageHH AM/PMTOHH AM/PMPanel 212TH CLSDPIERCETO QUEENPanel 1Advance Message
P
C
M
S
P
C
M
S
P
C
M
S
P
C
M
S
LegendDelineatorWork AreaPortable Changeable Message BoardDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 74 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Harrington Pl NE
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
K
i
r
k
l
a
n
d
Av
e
n
u
e
N
E Posted Speed Limit: 25 MphKirkland Avenue NEPosted Speed Limit: 25 Mph
Ly
n
w
o
o
d
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
J
e
f
f
e
r
s
o
n
A
v
e
n
u
e
N
E
DETOURDETOUR
100 ft ROADWORKAHEAD
DETOUR
DET
OUR100 ftROADWORKAHEAD
100 ft R O A DWORKAHEAD
ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ftROADWORKAHEAD100 ftROADWORKAHEADDETOUREND
DETOUR
Posted Speed Limit: 35 Mph
Sunset Boulevard NE
DETOUR
Match Line Z
Match Line Z
Match Line BBMatch Line BB
125 ft100 ft100 ftRIGHT
LANE
CLOSED
AHEAD
ROAD
WORK
AHEAD
100 ft
MergingTaper
100 ft
DET
OUR
AHEAD
ROAD
CLOSED
AHEAD
RIGHT LANE
MUST
TURN RIGHT 100 ft ROADWORKAHEAD
ROAD CLOSED
TO
T
HRU T
RAFFIC
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure - Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
100 ft
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeDelineatorArrow BoardWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 75 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
S
h
e
l
t
o
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 MphNE 11 t h P l
Posted Speed Limit: 25 MphNE 11 t h S t
Posted Speed Limit: 25 Mph
O
l
y
m
p
i
a
Av
e
n
u
e
N
E
ROADWORKAHEAD 100 ft ROADWORKAHEAD
DET OUR100 ftROADWORKAHEADDETOUR 100 ftROADWORKAHEADDETOUR
100 ft ROADWORKAHEAD
DETOUR 100 ft ROADWORKAHEAD
DETOUR
Match Line Z
Match Line Z
Match Line AA
Match Line AA
Match Line DDMatch Line DD500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
ROAD
CLOSED
100 ft ROADWORKAHEAD
ROAD
CLOSED
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
100 ftROADWORKAHEAD
100 ft
DETOURDETOURDETOUR
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendStorm Pipe TBR / ReinstalledPortable Sign StandType III BarricadeWork AreaWater Main To Be InstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 76 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 30 Mph
U
n
i
o
n
A
v
e
N
E
100 ft ROADWORKAHEAD
DETOUR ROAD CLOSED
TO
THRU TRAFFIC
DETOUR
100 ft ROADWORKAHEAD
100 ftROADWORKAHEAD
DETOUR
END DETOURMatch Line AA
Match Line AA
DETOUR
Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Match Line EEMatch Line EE
LegendPortable Sign StandType III BarricadeDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 77 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 MphNE S u n s e t B l v d
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
P
l
N
E
Posted Speed Limit: 25 MphMonroe Avenue NEPosted Speed Limit: 25 Mph
N
e
w
p
o
r
t
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
P
i
e
r
c
e
Av
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
M
o
n
r
o
e
A
v
e
n
u
e
N
E
ROADWORKAHEAD
Posted Speed Limit: 35 Mph
Sunset Boulevard NEDETOUR
ROADWORKAHEAD
DETOUR
Match Line BB Match Line BBMatch Line BBMatch Line BB
Match Line CC
Match Line CC
100 ftROADWORKAHEAD
100 ft
350 ft
350 ft
R
O
A
D
W
O
R
K
A
H
E
A
DROADWORKAHEADROADWORKAHEADNOPARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad Closure
ROADWORKAHEAD
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 78 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 Mph
Q
u
e
e
n
A
v
e
n
u
e
N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
Av
e
n
u
e
N
E
Posted Speed Limit: 30 Mph
P
osted S
peed Limit: 25 M
ph
Red
m
ond Avenue N
E
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E
Posted Speed Limit: 25 MphNE 1 4 t h P lPosted Speed Limit: 25 MphNE 1 4 t h C tPosted Speed Limit: 25 MphNE 1 4 t h S t
Union Ave NE
Posted Speed Limit: 25 Mph
R
e
d
m
o
n
d
P
l
N
E Posted Speed Limit: 35 MphNE Sunset Blvd
ROADWORKAHEAD ROADWORKAHEAD
DETOUR
DETOUR
Match Line DD Match Line DDMatch Line DDMatch Line DD
Match Line CC
Match Line CC
500 ft 500 ft
ROAD
CLOSED
500 FT
ROAD
CLOSED
1000 FT
DETOUR
Traffic Control Plan # 45** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by preparing contractorRoad ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Match Line EE Match Line EEMatch Line EEMatch Line EE LegendPortable Sign StandDate: 1/21/2025Author: E. AmerineTTCP:12064Notes: -Bus stop relocation to be coordinated with Renton Transit Center.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 79 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 Mph
N
E
S
u
n
s
e
t
B
l
v
d
Posted Speed Limit: 25 MphLynwood Av e n u e N E
Posted Speed Limit: 25 MphMonroe Av e n u e N E
Posted Speed Limit: 25 MphMonroe Av e n u e N E
Posted Speed Limit: 25 MphOlympia Av e n u e N E
Posted Speed Limit: 25 Mph
Monroe Avenue NE
Posted Speed Limit: 25 MphNewport Av e n u e N E
Posted Speed Limit: 25 MphMonroe Av e n u e N E
50 ft 50 ftFlaggingTaperTerminationTaper
STOPSLOW STOPSLOW
100 ft100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD 30 ft100 ft 100 ft100 ft
ROADWORKAHEAD
R O A DWORKAHEADROADWORKAHEAD
Posted Speed Limit: 35 Mph
S
u
n
s
e
t
B
o
u
l
e
v
a
r
d
N
E
Posted Speed Limit: 35 MphSunset Boulevard NE
Posted Speed Limit: 25 Mph
N
E
1
2
t
h
S
t
r
e
e
t
Traffic Control Plan # 46** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
30 ftONE LANE
ROAD
AHEAD
LegendWork AreaDelineatorSTOPSLOW
FlaggerPortable Sign StandWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 80 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 35 Mph
N
E
S
u
n
s
e
t
B
l
v
d
Posted Speed Limit: 25 MphLynwood Av e n u e N E
Posted Speed Limit: 25 MphMonroe Av e n u e N E
Posted Speed Limit: 25 MphMonroe Av e n u e N E
Posted Speed Limit: 25 MphOlympia Av e n u e N E
Posted Speed Limit: 25 Mph
Monroe Avenue NE
Posted Speed Limit: 25 MphNewport Av e n u e N E
Posted Speed Limit: 25 Mph
N
E
11
t
h
P
l
Posted Speed Limit: 25 MphMonroe Av e n u e N E
10 ft min 50 ftFlaggingTaper100 ft 50 ftTerminationTaperSTOPSLOW STOPSLOW
100 ft100 ftROAD
WORK
AHEAD
ONE LANE
ROAD
AHEAD
Posted Speed Limit: 25 Mph
N
E
1
2
t
h
S
t
r
e
e
t
100 ft 100 ft 100 ftROADWORKAHEADPosted Speed Limit: 35 MphSunset Boulevard NE100 ft100 ft R O A DWORKAHEADROADWORKAHEAD
Posted Speed Limit: 35 Mph
S
u
n
s
e
t
B
o
u
l
e
v
a
r
d
N
E
Traffic Control Plan # 47** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorSingle Lane ClosureCHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
ONE LANE
ROAD
AHEAD
LegendWork AreaPortable Sign StandDelineatorSTOPSLOW
FlaggerWater Main To Be InstalledStorm Pipe TBR / ReinstalledFiber Line To Be InstalledDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Sign spacing may be modified to fit field conditions.-Buffer space eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 81 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e tPosted Speed Limit: 25 MphNE 1 2 t h S t r e e t 10 ft min155 ft50 ft 50 ftFlaggingTaperBufferSpaceTerminationTaper100 ft100 ft100 ft100 ft B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
ONE LANE
ROAD
AHEAD
ROAD
WORK
AHEAD 100 ft100 ft100 ft100 ft
B
E
P
R
E
P
A
R
E
D
T
O
S
T
O
P
ONE LANE
ROAD
AHEAD
ROAD
WORK
AHEAD
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 48** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical FlaggingClosure
SIDEWALK
CLOSED
SIDEWALK
CLOSED
STOPSLOW STOPSLOW
STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
SPOT T ERS REQUIREDTO ASSIST PEDEST RIANS
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOURDETOUR
T O BE APPLIED AT T HE NEARESTCROSSWALK IN EIT HER DIRECT IONOF SIDEWALK CLOSURE.
LegendWork AreaDelineatorPortable Sign StandSTOPSLOW
FlaggerSpotterDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 82 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
10 ft min155 ft125 ft 50 ftBufferSpaceTerminationTaperMergingTaper100 ftROAD
WORK
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
100 ft
SIDEWALK
CLOSED
SIDEWALK
CLOSED
RIGHT
LANE
CLOSED
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 49** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical RightLane ClosureSTEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOURDETOUR
T O BE APPLIED AT T HE NEARESTCROSSWALK IN EIT HER DIRECT IONOF SIDEWALK CLOSURE.
SPOT T ERS REQUIREDTO ASSIST PEDEST RIANS
LegendWork AreaDelineatorArrow BoardPortable Sign StandSpotterDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 83 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
10 ft min155 ft125 ft 50 ftBufferSpaceTerminationTaperMergingTaper100 ftROAD
WORK
AHEAD 100 ft100 ft
ROAD
WORK
AHEAD
100 ft Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'Traffic Control Plan # 50** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical LeftLane Closure
LEFT
LANE
CLOSED
AHEAD
STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LegendArrow BoardPortable Sign StandWork AreaDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 84 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
10 ft min155 ft125 ft BufferSpaceMergingTaper100 ftROAD
WORK
AHEAD 100 ft100 ft RIGHT
LANE
CLOSED
AHEAD
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'STEELPLATEAHEADMOTORCYCLISTSUSE EXTREMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.
63 ft250 ft ShiftingTaperTangentSpace 63 ftShiftingTaper100 ft 125 ftMergingTaper 100 ft
ROAD
WORK
AHEAD
100 ft 100 ft
LEFT
LANE
CLOSED
AHEAD
SIDEWALK
CLOSED
SIDEWALK
CLOSED
Traffic Control Plan # 51** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical Diversion
10 ft min
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
SIDEWALK CLOSED
AHEAD
CROSS HERE
DETOURDETOUR
TO BE APPLIED AT T HE NEARESTCROSSWALK IN EIT HER DIRECT IONOF SIDEWALK CLOSURE.
SPOT T ERS REQUIREDTO ASSIST PEDEST RIANS
LegendWork AreaPortable Sign StandArrow BoardDelineatorSpotterDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 85 of 86PLANS ARENOT TO SCALEN
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
NO PARKINGFROMTOTOW AWAY AREAPHONE 685-5444YOUR COMPANY NAME 555-5555 NO PARKING signs to be installed asfor the duration of the project.
10 ft min155 ft125 ft BufferSpaceMergingTaper100 ftROAD
WORK
AHEAD 100 ft100 ft
Posted Speed Limit: 25 MphNE 1 2 t h S t r e e t
CHANNELIZATION DEVICE SPACINGMPHTAPERTANGENT4030254030258060503535704540905040100554011060401206540130MergingShiftingShoulder25 or less30354045505560657075 Taper Length In Feet42'60'82'107'180'200'220'240'260'280'300'200'250'305'360'425'495'570'645'730'820'155'63'90'123'160'270'300'330'360'390'420'450'125'180'245'320'540'600'660'720'780'840'900'Speed Buffer SIGN SPACINGMPH45+35302540 "X"100'100'350'350'500'STEELPLATEAHEADMOTORCYCLISTSUSE EXT REMECAUTIONShort/Immediate-Term SignageMust be placed in city approved locations.
- Emergency vehicles will be given the right-of-way when it is safe to do so.- Workers shall not cross lanes of live traffic during work operations without aTraffic Control Supervisor (T CS) or flagger to assist.- Traffic control devices and signs shall have sandbags placed at their base toprevent them from being knocked over.- Work located on bus routes must maintain a minimum lane width of 12 feet. Fornon-bus routes, a minimum lane width of 10 feet shall be maintained.Traffic Control Plan # 52** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD**Plan only valid under certification if work is performed by contractorTypical Inside LaneClosures
10 ft min
Job Summary:PO/JB#:Location: NE 12th StRenton, WAFor: City of RentonName: Ken SrilofungDate: November 2024Drawn By: Ethan AmerineATTSA Cert#: 921634
LEFT
LANE
CLOSED
AHEAD 50 ftTerminationTaper 155 ft 125 ftBufferSpaceMergingTaper 100 ft
ROAD
WORK
AHEAD
100 ft 100 ft
LEFT
LANE
CLOSED
AHEAD
50 ftTerminationTaper
LegendArrow BoardPortable Sign StandWork AreaDelineatorDate: 1/21/2025Author: E. AmerineTTCP:12064Notes:-Plan is ty pical of NE 12th Street.-Plan is applicable to the opposing side of NE 12th Street.-Sign spacing may be modified to fit field conditions.-Buffer space may be modified or eliminated to fit field conditions.-Flaggers may be added to assist contractor with ingress/egress to work zone.-Work to be performed during day time hours only. Work area to be covered with steel plates during nighttime hours as needed.Project: City of Renton - NE 12th St - Renton, WAComments:All signs & devices shall be placed in accordance with current MUT CD manual,WSDOT standard specifications, and the city of Renton TransportationRequirements and applicable laws.Access to residential and commercial driveway s to be maintained unless active workis blocking access. Contractor shall coordinate access closure with business orresident prior to closing access.Flaggers shall be trained in safe temporary traffic control practices.Flaggers shall remain in constant communications, via two-way radio, at all times. 1(800)-343-2650www.awpsafety.com Sheet 86 of 86PLANS ARENOT TO SCALEN