Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract CAG-12-081
LAKESIDE INDUSTRIES -
18808 S.E.257TH STREET -
COVINGTON,WA 98042
253 631-3611 -
$1,272,05220 -
AWARD DATE JULY 16,2012
City of
® � y
(1�RAA UC*� fir`
Bidding Requirements, City of Renton O nD 1711 UULN�
Forms, Contract Forms, Conditions of the
Contract, Plans and Specifications
City of Renton
Construction of:
, gym
2012 STREET PATCH
AND OVERLAY
WITH CURB RAMPS
-.. w PROJECT NO. CAG- 12-081
fah
41
ti
l y
o� xls y�'
atv Renton r)ATE _ b�
City of Renton
1055 South Grady Way
Renton WA 98057
General Bid Information: 425-430-7200
Project Manager: Jayson Grant 425-430-7400
Printed on Recycled Paper
CITY OF RENTON
RENTON,WASHINGTON
CONTRACT DOCUMENTS
forthe
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
PROJECT NO.CAG-12-081
June 2012
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON
1055 South Grady Way
Renton,WA 98057
GPrinted on Recycled Paper
s
CITY OF RENTON
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
INDEX
I. CALL FOR BIDS
H. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON
4. SCOPE OF WORK
5. VICINITY MAP
6. STREET LISTS
7. CURB RAMP LIST
III. PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. *PROPOSAL BOND
3. *PROPOSAL(SCHEDULE OF PRICES)
4. *NON-COLLUSION DECLARATION
5. CERTIFICATION FOR FEDERAL-AID CONTRACTS
6. DISADVANTAGE BUSINESS ENTERPRIES UTILIZATION CERTIFICATION
7. *PROPOSAL-SIGNATURE PAGE
8. **SUBCONTRACTOR LIST
IV. CONTRACT DOCUMENT FORMS
1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
3. CITY OF RENTON INSURANCE INFORMATION FORM
4. CERTIFICATE OF INSURANCE(SAMPLE)
5. FAIR PRACTICES POLICY
6. CONFINED SPACE ENTRY PROGRAM AFFADAVIT
V. CONTRACT SPECIFICATIONS
1. SPECIAL PROVISIONS
2. AMENDMENTS TO THE STANDARD SPECIFICATIONS
APPENDIX A-SAMPLE FORMS
1. REQUEST TO SUBLET WORK
2. MONTHLY UTILIZATION REPORT(CC-257)
3. RECYCLED PRODUCT REPORTING FORM
4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES
APPENDIX B-HOURLY MINIMUM WAGE RATES
APPENDIX C-STANDARD PLANS
* Submit with Bid
** Submit with Bid or within 1 hours of bid
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
CAG-12-081
CITY OF RENTON
CALL FOR BIDS
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
CALL FOR BIDS
10-1.doc 05/29/2012
CAG-12-081
CITY OF RENTON
CALL FOR BIDS
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
Sealed bids will be received until 2:30 p.m., Tuesday, June 26. 2012, at the City Clerk's office 7th floor, and will be
opened and publicly read in the 5th floor conference room#511, Renton Municipal Building, 1055 S Grady Way for the
Street Patch and Overlay with Curb Ramps Project.
The work to be performed within 70 working days from the date of commencement-under this contract shall include,
but not be limited to:
Installation of 17 ADA compliant curb ramps,approximately 2,094 tons of asphalt concrete pavement(HMA Class ''/z"
PG 64-22) for asphalt patching, 7,414 tons of asphalt concrete paving (HMA Class %z" PG 64-22) for asphalt overlay,
removal of asphalt concrete (by cold planing), utility adjustments, channelization, and complete restoration as set
forth in the design drawings and specifications.
Engineer's Estimate:$1,000,000 TO$1,250,000
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available the 12th day of June, 2012. Plans, specifications; addenda, and plan holders list for
this project are available on-line through Builders Exchange of Washington, Inc.,at http://www/bxwa.com. Click on
"bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged
to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the
"Bidders List.") Questions about the project shall be addressed to, Jayson Grant, City of Renton, Public Works
Maintenance,3555 NE 2"d Street,Renton,Wa.,98056,phone(425)430-7400,fax(425)430-7426.
A certified check or bid bond in the amount of five percent(5%) of the total amount of each bid must accompany each
bid.
The City's Fair Practices and Non-Discrimination Policies shall apply.
Bonnie I.Walton,City Clerk
Published:
Daily Journal of Commerce: June 12, and June 19, 2012
10-1.doc 6/7/2012
CITY OF RENTON
2012.STREET PATCH AND OVERLAY WITH CURB RAMPS
I'I
I
i
If
INTRODUCTION
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk,Renton City Hall, until the time and date specified in the Calf for Bids.
At this time the bids will be publicly opened and read,after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract.documents,whether made before or after letting the contract.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be
only approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
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 in Cash Warrants.
Revised:May 2011 tp
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 Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
15. l 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.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
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
Revised:May 2011 tp
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.-
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"2004 Standard Specifications for Road, Bridge and Municipal Construction"and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to"State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read "City of Renton," unless specifically referring to a standard specification or test
method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14, Measurement
and Payment(added herein)shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document. .
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to.submit .
their bid. Upon approval of the City, the Bidder may make such subsurface explorations and
investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities,
utilities and other buried or surface improvements and shall restore the site to the satisfaction of the
City.
22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior
to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With
Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
Revised:May 2011 tp
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
to all citizens andto ensure equal employment opportunity to all persons without regard
to their race;religion/creed; national origin; ancestry;sex; 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, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES -The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
based on job-related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton 'will cooperate fully with all organizations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
Copies of this policy shall be distributed to all City employees, shall appear in all
operational. documentation of the City; including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of
March ,2011 ,
CITY RENTON RENTON CITY COUNCIL
Denis Law, Mayor until Pr ident
Attest: ,:,.. ......
l
Bonnie I. Walton,City Clerk
SIMI
iirppnnnn+tttn���.
CITY OF RENTON
SUMI MYOFAMEWCANSWIM D Rn AC.TPOLICP
ADOPTED B.YRESOLUTIONNO. 3007
no policy of the City of Renton is to.promote and afford equal treatment and service to all cis and to assure
employment opportunity to persons with disabilities,. whey the City of Renton can reasonably acoommodate'the
disability. This policy shall be based on the principles of equal employment opportunity, the :Americans With
Disabilities Act.and other applicable guideliaies.as set forth iu federal,state and.Iocal laws. All departments ofthe City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES. - All activities irelating to employment such as
recruitment,selection,promotion,termination and Uuining shall be conducted in a non=
discriminatory manner. Personnel decisions will be based on individual performance,
staffing.requirements,and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WrM HUMAN RIGHTS- ORGANIZATIONS Me_ City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair .practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to:assure equal employment opportunity and equal
access to City services, activities and.programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and.employees to carry out the
policies and guidelines as-set forth in this policy
(4) CONTRACTORS', OBLIGATION - Contractors; subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the.Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees,shall appear in all operational doc u aentation of the City,
including bid calls,and.shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Wa Mington,
this 4th day of . October 1993.
C RENTON RENTON CITY COUNCIL:
A I'k
Mayor cil President
Attu
City Clerk
CITY OF RENTON
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
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:
Asphalt concrete patching,asphalt concrete paving(HMA Class V2"PG 64-22),removal
of asphalt pavement, installation of ADA compliant curb ramps, utility adjustments, and
channelization.
Furnishing of materials, equipment, tools, labor, and other work or items incidental
thereto (excepting any materials, equipment, utilities, or service, if any specified herein
to be furnished by Owner or others), and performing all Work as required by the
Contract in accordance with the Contract Documents, all of which are made a part
hereof.
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 70 working days will be allowed for the
completion of this project.
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B PATCH
S 32nd STREET
am,.PEE TALQ T SG1, 011_ate
PATCH#1 11.5 16.5 4 190 21 5
PATCH#2 28 5 4 140 16 4
PATCH#3 60 5.5 4 330 37 8
PATCH#4 18 8 4 144 16 4
PATCH#5 21.5 12.5 4 269 30 7
PATCH#6 19 12.5 4 238 26 6
PATCH#7 11 4 4 44 5 1
PATCH#8 1 72 1 13 4 936 104 24
PATCH#9 13.5 5 4 68 8 2
TOTAL 2,358 262 60
06/08/2012 2012 B-PATCHING.xIs
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B
KIRKLAND AV N.E.
PATCH#1 6 8 4 48 5 1
PATCH#2 5. 10 4 50 6 1
PATCH#3 31 14 4 434 . 48 11
PATCH#4 24 14 4 336 37 9
PATCH#5 25 10 4 250 28 6
.PATCH#6 26 5 4 130 14 3
PATCH#7 35 6 4 210 23 5
PATCH#8 32 11 4 352 39 9
PATCH#9 57 12 4 684 76 17
PATCH#10 137 4 4 5481 61 14
PATCH#11 73 5 4 365 41 9
PATCH#12 16 4 4 64 7 2
PATCH#13 21 4 4 84 9 2
PATCH#14 60 5 4 300 33 8
PATCH#15 13 5 4 65 7 2
PATCH#16 8 4 4 32 4 1
PATCH#17 255 4 4 1,020 113 26
PATCH#18 85 4 4 340 38 9
PATCH#19 222 4 4 888 99 22
PATCH#20 45 4 4 180 20 5
PATCH#21 35 4 4 140 16 4
PATCH#22 32 4 4 128 14 3
PATCH#23 32 4 4 128 14 3
PATCH#24 106 6 4 636 71 16
PATCH#25 75 4 4 300 33 * 8
PATCH#26 20 5 4 100 11 3
PATCH#27 35 4 4 140 16 4
PATCH#28 79 4 4 316 35 8
PATCH#29 19 4 4 76 8 2
PATCH#30 41 4. 4 164 18 4 .
PATCH#31 21 4 4 84 9 2
PATCH#32 95 4 4 380 42 10
PATCH#33 8 7 4 56 6 1
PATCH#34 95 4 4 380 42 10
PATCH#35 44 4 4 1761 20 4
PATCH#36 141 4 4 5641 63 14
PATCH#37 39 11 4 4291 48 11
PATCH#38 16 5 4 801 9 2
PATCH#391 74 5 4 370 41 9
PATCH#40 145 11.5 4 1,668 185 42
PATCH#41 178 6 4 1,068 119 27
PATCH#42 37 11 4 407 45 10
PATCH#43 12 12 4 144 16 . 4
PATCH#44 113 4 4 4521 50 11
PATCH#45 103 5 4 515 57 -13
PATCH#46 44 4 4 176 20 4
PATCH#47 39 4 4 156 17 . 4
PATCH#48 14 6 4 84 9 2
PATCH#491 14 6 1 4 84 91 2
PATCH#501 44 1 5 1 4 1 2201 241 6
06/08/2012 1 2012 KIRKLAND AV N.E.PATCHING.xfs
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B
KIRKLAND AV N.E.
PATCH#51 10 7 4 70 8 2
PATCH#52 10 4 4 40 4 1
PATCH#53 49 8 4 392 44 10
PATCH#54 18 4 4 72 8 2
PATCH#55 115 4 4 460 51 12
PATCH#56 87 4 4 348 391 9
PATCH#57 72 13 4 936 104 24
PATCH#58 20 8 4 160 18 4
PATCH#59 32 11 4 352 39 9
PATCH#60 18 8 4 144 16 4
PATCH#61 54 9 4 486 54 12
PATCH#62 24 4 4 961 ill 2
TOTAL 19,557 2,173 495
06/08/2012 2 2012 KIRKLAND AV N.E.PATCHING.As
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B
BEACON COALMINE RD
PATCH#1 16 4 4 64 7 2
PATCH#2 13 9 4 117 13 3
PATCH#3 54.5 11 4 600 67 15
TOTAL 781 87 20
06/0812012 2012 BEACON COALMINE RD.xls
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B PATCHING
MONSTER RD SW
fflffi'&x0jm OTHHO-99 3.0-9""IT, K-150010 000--aft
PATCH#1 50 4 6 200 22 8
PATCH#2 82 5 6 410 46 16
PATCH#3 30 12 6 360 40 14
PATCH#4 163 4 6 652 72 25
PATCH#5 462 4 6 1,848 205 70
PATCH#6 294 4 6 1,176 131 45
PATCH#7 296 4 6 1,184 132 45
PATCH#8 57 4 6 228 25 9
PATCH #9 12 7 6 84 9 3
PATCH #10 14 7 6 98 11 4
PATCH#11 11 5 6 55 6 2
PATCH#121 17 5 6 85 9 3
PATCH#13 14 4 6 56 6 2
PATCH #14 13 6 6 78 9 3
PATCH #15 41 6 6 246 27 9
PATCH#16 43 4 6 172 19 7
PATCH#171 45 11 6 495 55 19
PATCH#18 26 4 6 104 12 4
PATCH #19 20 4 6 80 9 3
PATCH#20 20 4 6 80 9 3
PATCH#21 7 4 6 28 3 1
PATCH#22 20 4 6 80 9 3
PATCH#23 82 4 6 328 36 12
PATCH#24 11 10 6 110 121 4
PATCH#25 16 1 4 1 6 1 641 71 2
TOTAL 8,301 922 315
06/08/2012 2012 MONSTER RD SW.xls
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B PATCH
156 AVE S.E.
F• T
TGCi LO.` ftYl T:if TONS
PATCH#1 3520 3 6 10,560 1,173 401
PATCH#2 3520 3 6 10,560 1,173 401
PATCH#3 3520 3 6 10,560 1,173 401
TOTAL 31,680 3,520 1,204
06/08/2012 2012 156 AV S.E.PATCHING.As
e 'tom � - � • . .
r �t
It .
II
,� � 11:� ► Il 11 llii� ►� � ,�,_, ,.:.,.-� ��. . .. .�.�:
.., °� •O ill 11 lli / `�---�""` �\�'` �
J
WS
s
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE A QUANTITIES
NORTHEAST
SUNSET AV NE 3426 SUNSET AV 3608 SUNSET AV 200 24 3 4,800 533 91 534
156 AV SE NE 4 ST SE 142 PL 3660 11 2 40,260 4,473 510 188 1642 3 1 1
LANGSTON AV SW ADDRESS#721 ADDRESS#721 80 34 3 2,720 302 52 302
3 LANGSTON AV SW ADDRESS#722 EARLINGTON AV SW 470 17 3 7,990 888 152 888
SW LANGSTON PL ADDRESS#608 BAGLEY PL SW 355 28 2 9,940, 1,104 126 1104
STEVENS AV SW LANGSTON AV SW ADDRESS#215 300 19 2 5,7001 6331 721 633
LANGSTON AV SW STEVENS AV SW HARDIE AV SW 600 18 1 3 10,8001 1,2001 2051 1200
TOTALS 82,210 9,134 1,208 188 6,303 3 1 1
2012-2017ol.xls
0610812012 12-A QUANTS
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE A CHANNELIZATION
NORTHEAST
SUNSET AV NE 3426 SUNSET AV 3608 SUNSET AV 200 24
156 AV SE NE 4 ST SE 142 PL 3660 11 195 4 1,361 154 168 13 4,553
LANGSTON AV SW ADDRESS#721 ADDRESS#721 80 34 12 2
3 LANGSTON AV SW ADDRESS#721 EARLINGTON AV SW .470 17 70 10
SW LANGSTON PL ADDRESS#608. BAGLEY PL SW 355 28 1
STEVENS AV SW I LANGSTON AV SW JADDRESS#215 300 19 1
LANGSTON AV SWI STEVENS AV SW HARDIE AV SW 600 18 101 13
TOTALS 195 4 1,544 179 168 15 4,553
s .
2012-2017ot.xis
06/0812012 12-A CHANN
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B QUANTITIES
:
SOUTHWEST
1 IMONSTER RD SW IMONSTER RD BRIDGE INORTH CITY LIMIT 18451 41 3 1 75,6451 8,405 1,437 160 1590 9 4 3
BEACON COALMINE IWEST CITY LIMITS I MONSTER RD SW 1 9301 22 2 20,4601 2,2731 2591 49 F �
TOTALS 96,105 10,678 1,696 209 1590 9 4 3
SOUTH
S 32 ST TALBOT RD S SMITHERS AV S 606 26 , 2 15,756 1,751 200 107 752 6 5
S 32 ST SMITHERS AV S 436' FEET EAST 436 26 2 11,336 1,260 144 564 4 5 6
S 32 ST 529'FEET WEST WELLS AV S 529 26 4 13,754 . 1,528 348
SMITHERS AV S S 32 ST S 32 PL 371 26 2 9,646 1,072 122 593 2
2 S 32 PL EOCSW SMITHERS AV S 413 20 2 8,260 918 105 544 4 2 1
S 32 PL SMITHERS AV S EOCE 439 20 2 8780 976 111 412 1 3
S 32 PL WELL AV S #3105 MAIN AV S 460 26 2 11,960 1,329 151 1 2
WELL AV S S 32 ST S 32 PL 341 26 4 8,866 985 225 1 2 2
S 32 PL WELLS AV 5 EOCE 124 261 4 1 3,224 3581 82 34 1
S.32 PL IWELLS AV S JEOCW 1 5001 331 4 1 16,500 1,8331 4181 1 4 4 1
TOTALS 108,082 12,009 1,905 107 2,899 22 19 14 2
3 1156 AV SE INE 4 ST ISE.142 PL 1 3660. 1 11 1 4'*"* 1 40,2601 4,4731 1,0201 188 1 1642 1 1 2 1 1 2
TOTALS 40,260 4,473 1,020 188 . 1,642 1 2 1 2
****3"+ 1"WATER DISTRICT#90 WILL PAY TO INSTALL 2"HMA ON EASTSIDE FROM SCHEDULE-A.****
NORTHEAST See Special Provision 5-04.3(9.
KIRKLAND AV NE NE 7 ST NE 8TH ST 2561 331 2 1 8,4481 9391 1071 74 294 1
4 KIRKLAND AV NE NE 8TH ST NE 9TH ST 6841 301 2 1 20,5201 2,2801 2601 914 1 1 2
KIRKLAND AV NE NE 9TH ST NE 10TH ST 5621 301 2 1 16,8601 1.8731 2141 67 707 2 1 5
TOTALS 4550828 5,092 580 141 1,915 3 1 7
BENSON HILL
5 1105 AV SE ISE 200 ST JEOCN ---T-9501 231 4 1 21,8501 2,4281 5541 1 1 1 3
TOTALS 21;850 2,428 554 3
NORTH ALLEYS
WILLIAMS ALLEY N IN 4TH ST N 5TH ST 6301 121 4 1 7,5601 8401 1921 2 1
6 WELLS ALLEY N IN 4TH ST N 5TH ST 6301 121- -
2 4 1 7,5601 8401 1921 2 1 1 1
GRANT ALLEYS IS 7TH ST 220 NORTH 2201, 121 4 1 2,6401 2931 671 1
TOTALS 17,760 1,973 450 5 2
GRAND TOTALS 329,885 36,654 6,206 645 8,046 26 36 26 12
2012-2017o1.xis
06/08/2012 12-Q QUANTS
2012 STREET PATCH AND OVERLAY ITH CURB RAMPS
SCHEDULES CHAN 1 IZATION
vu
SOUTHWEST
1 IMONSTER RD SW MONSTER RD BRIDGE INORTH CITY LIMI 18451'
845 411 1 3 1 1,116 1 124 182 1. 26 1 2,170 1 1
BEACON COALMINE IWEST CITY LIMITS IMONSTER RD SWJ 930 221 1 612 1 68 1,783
TOTAL 36 3 1,116' 124 182 26 3,953 1
SOUTH
S 32 ST TALBOT RD S SMITHERS AV S 606 26 13 1 30
S 32 ST SMITHERS AV S 436`FEET EAST 436 26
S 32 ST 529' FEET WEST WELLS AV S 529 26 2
SMITHERS AV S S 32 ST S 32 PL 371 26
2 S 32 PL EOSW SMITHERS AV S 4131 20 1
S 32 PL SMITHERS AV S EOCE 439 20 1
S 32 PL WELL AV S S 32 ST 460 26
WELL AV S S 32 ST S 32 PL 341 26 1
S 32 PL WELLS AV S EOC 124 26 1
S 32 PL IWELLS AV S JEOCE 1 5001 331 1
TOTAL 13 8 30
3 1156 AV SE INE 4 ST ISE 142 PL 1 36601 111 195 1 4 1 1,361 1 154 1 168 1 13 1 1 8 1 4553
TOTAL 195 4 1,361 154 168 13 8 4553
NORTHEAST
KIRKLAND AV NE NE 7 ST NE 8TH ST 1 2561 331 1 16 1 1 1 1 1 1 1
4 KIRKLAND AV NE NE 8TH ST NE 9TH ST 6841 301 1 1 1 1 1 1 1 1
KIRKLAND AV NE NE 9TH ST NE 1QTH ST 5621 30 18 1 1 1 1 1
TOTAL 34 3
GRAND TOTALS 195 83 7 2,477 278 350 39 11 8 8,536 1
I
2012-2017o1.xls
06/08/2012 12-$CRANN
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B CONCRETE
r ,
,
SOUTHWEST
1 MONSTER RD SW MONSTER RD BRIDGE SW CORNER 1 1 413 1 11 1 1. 12.5 1 3 1 1 6 1 5 1 0.50 1 2
MONSTER RD SW I MONSTER RD BRIDGE I NW CORNER 1. 413 11 1 12,5 1 10 1 10 0.50 2
BEACON.COALMINE IWEST CITY LIMITS I MONSTER RD SW 1 413 3 20 1 12.5 L 6 1 4 1 0 3
TOTALS 3 25 20 38 19 4 14 21 4 1.50 7
SOUTH
S 32 ST TALBOT RD S SE CORNER 1 106.1 8 8 9. 3 3 5 3 4 0.10 1 0.25
S 32 ST TALBOT RD S NE CORNER 1 106.1 8 25 14.5 6 4 10.5 5 4 0.60
S 32 ST WITHERS AV S NW CORNER 1 106.1 7 4.5 1 2 1 1 4 0.50 3
2 S 32 ST SMITHERS AV S NE CORNER 1 106.1 18 13 6 4 10 5 4 0.50 4
T32 ST WELLS AV S SW CORNER 1 106.1 8 5.5 2 2 2 2 4 0.25 0.25
S 32 ST WELLS AV S NW CORNER 1 106.1 14.5 12 5 4 8 4 4 0.50 3
S 32 ST WELLS AV S MID BLOCK 1 106.1 5 4 2 2 4 3 4
WELLS AVE S S 32 PL NW CORNER 1 106.1 6 3 1 1 4
WELLS AVE S S 32 PL NE CORNER 1 1 106.1 1 2 1 1 1 1 1 4 0.25
TOTALS 9 16 93.5 66.5 27 23 40.5 23 36 2,35 11 0.75
NORTHEAST
KIRKLAND AV NE NE 7 ST SE CORNER 1 106.1 2 2.5 1 1 17.5 7 4 0.25 2
KIRKLAND AV NE NE 7 ST NE CORNER 1 M-106.1 8 4 0 2 1 0 9 4 0.25 3
4 KIRKLAND AV NE NE 8 ST SE CORNER 1 M-106.1 4 11 0 4 3 0 12 4 025 0.25
KIRKLAND AV NE NE 10TH ST SW CORNER 1 1061 5 15 11 7 4 25.5 15 4 0.25 1 0.25
KIRKLAND AV NE INE 10TH ST I SE CORNER 1 106.11 1 14 10 6 3 29 14 4 0.50 3 1
TOTALS 5 17 46 24 20 12 72 57 20 2 8 1 1 1
GRAND TOTALS 17 58 160 128 66 39 127 101 60 3.85 26 1 1 1
Copy of 2012-201701.xis
06/0812012 12-B QUANTS
11I. PROJECT PROPOSAL. CITY OF R:EN`I'ON
PROJECT: 012 STREET PATCH AND OVERLAY WITH CURB RAMPS
CAG NO.: CAG-12-081
COMPANY: L ,c'EJ/D� 7,,1/'Dt�s�I�s 7,t/G BID AMOUNT: t�'��` US's, •
ADDRESS: /S84 8 s6 .ZSlo7`�" TEL NO.: 253
rhovi,uh 7z),,J GcJA 980e1Z
PROJECT PROPOSAL
' C
E
1
f
f
z
i
{
s
i
2012 STREET PATCH AND OVERLAY wrr1i CURB RAMPS
s
25 III. Project Proposal
?r Ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
III. PROJECT PROPOSAL CITY OF RENTON
BIDDER'S CHECKLIST-ADDENDUM NO. 1 REVISION
1. ✓ BIDDERS CHECKLIST
2. V PROPOSAL BOND
3. PROPOSAL
4. NON-COLLUSION DECLARATION
5. N/A CERTIFICATION FOR FEDERAL-AID CONTRACTS
6. N/A DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION
CERTIFICATION'
7. V1 PROPOSAL-SIGNATURE-PAGE
8. ✓/ SUBCONTRACTOR LIST FORM
9. ✓ ACKNOWLEDGEMENT.OFAECEIPT OF ADDENDA
The documents must be executed by the Contractor's Authorized Official(s)
2412 STREET PATCH AND OVERLAY WITH CURH RAMPS
Ige 8
Provided to Builders Exchanae of WA. Inc. For usaae Conditions Aareement see www.bxwa.com-Always Verifv Scale
Proposal Bond
.KNOW ALL MEN BY THESE PRESENTS,That we, Lakeside Industries,Inc.
Of Covington,WA as principal,and the
Travelers Casualty and Surety Company of America
a corporation duly organized under the laws of the state of Connecticut
and authorized to do business in the State of Washington, as surety, are held and firmly bound unto.
the State of Washington in the full and penal sutn of five (5)percent of the total amount of the bid
proposal of said principal for the work h:erei:nafter described,for the payment of which, well and truly
to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns,
firmly by these presents.
The condition of this bond is such,that whereas the principal,herein is herewith submitting his or
its sealed proposal for the following highway construction,to wit:
2012 Street Patch and Overlay with Curb Ramps
Project No.CAG-12-081
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 bond as required by the City of Renton within.a period of twenty (20)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 TESTIMONY WHEREOF, The principal and surety have caused these presents to be
signed and sealed this 25th day of June 2012
Lakeside Industries,Inc.
(Principal)
Travelers Casualty and Surety Company of America
(Surety)
�An o� g �GZ—i1
Susan B.Larson,(Attorney-in-fact) `
Proposal Bond
2012 Street Patch and Overlay with Curb Ramps February 2012
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
�A► POWER OF ATTORNEY
ITRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Y
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
ISt.Paul Guardian Insurance Company
Attorney-In Fact No. 224689 Certificate No. 0 0 4 7 2 6 5 5 3
KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Deanna M.Meyer,Karen P.Dever,Jill A.Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher,Lillian Tse,Benjamin L.Wolfe,Elizabeth R.
Hahn,Jana M. Roy,and Scott McGilvray
I
of the City of Bellevue State of Washington their true and lawful Attorneys)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
I other writings obligatory in the nature thereof on behalf of the Companies in their..business of.,guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pennitied'in anyactions or proceedings allowed by law.
' ..;��� t "l,�r � e�� s�l•R. r.���4�:t ,i' 8th
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed-arid their corporate seals to be hereto affixed,this
day of February 2012
"
Farmington Casualty Company ,F r� �x�� ` St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company±,,, Travelers Casualty and Surety Company
Fidelity and Guaranty Insuiia' ce`UnderwAkf rs,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
G�SUq�� Jyp\RE 64 �*W �MfG Y'r INSU,p ,tV AMO 0".NAROFORD,CON 41y/ANNA
State of Connecticut By:
City of Hartford ss. Georg Thompson, enior ice President
On this the 8th day of February 2012 before me personally appeared George W.Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
p,Ter
In Witness Whereof,I hereunto set my hand and official seal. t �A . t��
My Commission expires the 30th day of June,2016. p��% * Marie C.Tetreault,Notary Public
�s
58440-6-11 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and
Surety Company,Travelers Casualty and Surety Company of America,and United;§tates Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies;which is in full force'and°effect and has not been revoked.
IN
40 5t
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of sazd,Companies this D day of� �d 1�(L ,20
Kevin E.Hughes,Assistant Sec tary
" ,[pyp�p6U,�A �.�,,• �F\PE6 �I.N.�N,PG P+.r�MSU;Pq� JP�fY ANpm
OHInAl
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
1
III. PROJECT PROPOSAL CITY OF RENTON
Fl
IR 3. SCHEDULE OF PRICES
Y ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
1
r c:�
r . l -
I [ .
F
ly
Ll
11 L
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
r �
Pi
2032 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE A
SCHEDULE OF PRICEs ADDENDUM NO,1 REVISION
UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL.BE SHOWN.
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(1&t 7 SHOWPRXE PER WIT SNFKMES ONLY.FIGURES VMMEITO THE FILM OF THE OOT(DECKAL)R(THE PRICE PERUHR.COLUM SHALL SEIMERPRETEOAS MUM)
ITEM PLAN ITEM DESCRIPTION PRICE.PER UNIT TOTAL AMOUNT
NO. QUANTITY DOLLARS DOLLARS
1 1.00 MOBILIZATION
l Do0"
LUMP SUM LUMP SUM
2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL
LUMP SUM LUMP SUM +
3 1,208.00 HMA CL.1/2 IN.PG 64-22;OVERLAY AT 71-
TON PER TON
4 6,491.00 REMOVING ASPHALT CONCRETE PAVEMENT AT
BY COLD'PL.ANING
SQ.YD. PER SQ.YD.
5 3.00 ADJUST MONUMENT AT
EACH PER EACH,
6 3.00 ADJUST MANHOLE AT
A - 1v
EACH PER EACH
7 1.00 ADJUST WATER VALVE AT 3�s_
EACH
PER EACH
8 1.00 ADJUST CATCH BASIN AT _
Yfs �-
EACH PER EACH
9 1,544.00 4"RAISED PAVEMENT MARKER AT
TYPE 1,YELLOW •,� Z�}.So
EACH PER EACH
10 179:00 4 RAISED PAVEMENT MARKER AT
TYPE 2d,YELLOW
EACIi PER EACH
11 168.00 4"RAISED PAVEMENT MARKER AT
TYPE 1,WHITE
EACH PER EACH
12 15.00 4"RAISED PAVEMENT MARKER AT 6,11
TYPE 2e,WHITE
EACH PER EACH
13 195.00 1 PLASTIC CROSSWALK AT
8"X1a 7$5d
LIN.FT. PER_LIN.FT.
14 4.00 PLASTIC.ARROW AT
EACH PER EACH
15 4,553.00 4"WHITE EDGE OF ROADLINE(FOG) AT
LIN.FT.
PER11N.FT.
ge 3
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
2012STREET PATCH AND.OVERLAY WITH CURB RAMPS
SCHEDULE A
SCHEDULE OF PRICES ADDENDUM - NO. 1 REVISION
UNIT PRICES FOR ALL ITEMS;ALL EXTENSIONS AND TOTAL AMOUNT OF BID SHALL BE-SHOWN.
ALL ENTRIES:.SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Not.SHM PRICE PER vor IN riwp B ONLY..FIGURES VfRRTENTO THE RIGHT OF THE DOT(DELIM)IR THE PRICE PER tR4ItC0WW.4 SHq.I BE NRERPRETEO AS CENTS.)
16 50.00 CRUSHED.SURFACING TOP COURSE AT
to _ 5�
TON' PER TON
17 1.00 EROSION AND SEDIMENT CONTROL
i
LUMP SUM LUMP.SUM 0oo
18 1.00 FINISH AND CLEANUP
I 00L
LUMP SUM LUMP SUM 1
SCHEDULE A TOTAL
Page 4
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE$
SCHEDULE OF PRICES-ADDENDUM NO. 1 REVISION
UNIT.PMCES:FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN.
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Noy:s"owPRiCE.PERONRelmuitESOfAY.muRESNARTEN TO THE RIGHT OF THEOOT(OECRJ AL)ELTMEPRkEPERUNrTCOLVVN SMN.LEENN!tPRETEOASCEM)
ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT
NO. QUANTITYA DOLLARS DOLLARS
1 1.00 1 MOBILIZATION f
LUMP SUM LUMP SUM " I Dot)
2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL
LUMP SUM LUMP SUM OD( 00D-
3 6,206.00 HMA CL.1/2 IN.PG 64-22 OVERLAY AT _
D -
TON PER TON `� l
4 8,691.00 REMOVING ASPHALT CONCRETE PAVEMENT AT
BY COLD PLANING o
C>
SQ.YO, PER SQ.YD.
5 11,627.00 REMOVING ASPHALT CONCRETE PAVEMENT AT
(BY COLD PLANING 4")
SQ.YD. PER.SQ.YD. 1
6 675.00 HMA FOR PAVEMENT REPAIR FOR 4 PATCH AT
lag
TON PER TON
7 4,442.00 REMOVING ASPHALT CONCRETE PAVEMENT AT '
. (BY COLD PLANING 6") PER SQ it I LAI
SO.YD.
8 1,519.00 HMA FOR PAVEMENT REPAIR.FOR 6"PATCH AT
TON PER TON 1
9 25.00 ADJUST MONUMENT AT
EACH PER EACH
10 86;00 ADJUST MANHOLE AT
EACH PER EACH L
11 26.00 ADJUST WATER VALVE AT
EACH PER EACH
12 12.00`. ADJUST CATCH BASIN AT I l ^
EACH PER EACH `�C!
13 2,477:00 4"RAISED PAVEMENT MARKER AT "J
TYPE 1,YELLOW l `� /004 9.`�0
EACH PER EACH
14 278.00 4"RAISED PAVEMENT MARKER AT
TYPE 2d,YELLOW
EACH PER EACH ` l
I 1e 5
Provided to Builders Exchanae of WA. Inc. For usaae Conditions Aareement see www.bxwa.com-Always Verifv Scale
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B
SCHEDULE OF PRICES ADDENDUM NO.1 REVISION
UNIT PRICES FOR ALL ITEMS.,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN.
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(NOL:SHOW PRICE PEA UNT N FIGURES ONLY.PIGURISYVIU 1EN TO THE RIGHT,OP THE OOT U)ECWAL)N THE PRICE PEA UNIT COLUMN 81OU BE NTERPRETEDAS CENTS.)
16 350.00 4"RAISED PAVEMENT MARKER AT C2
TYPE 1. •WHITE �J �4�•�
EACH PER EACH
16, 39.00 4"RAISED PAVEMENT MARKER AT �•� ��•U3
TYPE 20,WHITE.
EACH PER EACH
1 i 11.00 4"RAISED PAVEMENT MARKER AT ,r�
TYPE 2b 9,�1 BLUE I�
EACH PER EACH
18 195.00 PLASTIC CROSSWALK AT
:WX10 $1-7
LIN.FT. PER LIN.FT.
19 83.00 18"PLASTIC.STOPBAR AT /.-I I
LIN.FT.
PER LIN:,FT.
20 3.00 P.L ASTIC ARROW AT
EACH PER EACH l
21 806.00 4"WHITE EDGE OF ROADLINE.(FOG) AT
LIN.FT. PER LIN.FT.
22 1.00 RAILROAD CROSSING THERMO MARKING AT
EACH
PER EACH
23 .8.00 INDUCTION LOOPS AT
(Q co
I,gjDO EACH PER EACH
24 14.00 CURB RAMP,CEMENT CONCRETE AT y
TYPE 2 `S�
EACH :PER-EACH � >I ��^
26 3:00 CURB RAMP,.CEMENT CONCRETE AT L}��
TYPE 4 EACH PER.F.ACH
26 68.00 SAWC.UT CONCRETE AT
LIN.FT. PER LIN.FT.
27' 160.00 SAWCUT ASPHALT AT L`2C
LIN.FT. PER LIN.FT.
28 AT
450,00 CRUSHED SURFACING TOP COURSE
TON PER TON
29 •128.00 REMOVE-CONCRETE CURB AND GUTTER AT
LIN.FT. PER LIN.FT.
30 66.00 REMOVE.CONCRETE,SIDEWALK AT
—7-7—
SQ.YD. PER SQ-YD.
Page 6
Provided to Builders Exchanae of WA. Inc. For usaae Conditions Aareement see www.bxwa.com-Always Verifv Scale
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
SCHEDULE B
SCHEDULE OF PRICES ADDENDUM NO.1 REVISION
UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF END SHALL BE SHOWN.
ALL ENTRIES SHALL BE WRITTEN IN INK ORTYPED TO VALIDATE BID
(No's:SNOVlPRICE PER UNRINFIOURES ONLY.FIGURES WRITTEN TOTNE NIGHT OF THE DOT(DECIVALIEI THE PRICE PER UNItCOLUMN SHALL DE INWANETED AS CENTS.)
31 39.00 REMOVE ASPHALT AT CURB AND GUTTER AT _
SCL YD. PER SO.YD.
32 127.00 CEMENT CONC.TRAFFIC CURB AND GUTTER AT q
LIW FT. PER LIN.FT.
33 101.00 CEMENT'CONCRETE SIDEWALK AT II
SQ.YD. PER SO.YD.
34 60.00 INSTALL.ASPHALT AT CURB AND GUTTER AT
1-;-5- 7�a-
TON PER.TON
35 3.85 TOPSOIL TYPE A AT
CU.YD. PER CU.YD:.
36 26.00 INSTALL SOD AT _
SQ:YD. PER SO.YD.
37 1.00 RELOCATE SIGN AT t�
EACH PER EACH
38 1.00 ADJUST UTILITY BOX IN CURB RAMP AT
EACH PER.EACH
39 1.00 INSTALL BEAUTY BARK AT
CU.YD: PER CU.YD. ✓-
40 1.00 EROSION AND SEDIMENT CONTROL
Az
LUMP SUM LUMP SUM
41 1.00 FINISH AND CLEANUP
LUMP SUM LUMP SUM to cco
SCHEDULE A TOTAL
9.5%SALES TAX ON SCHEDULE A ONLY
SCHEDULE B TOTAL
( I t 3�,3oq ro
SCHEDULE AB TOTAL !!
age 7
vrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Failure to return this Declaration as part of the bid proposal package will make the bid
nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
I,by signing the proposal,hereby declare,under penalty of perjury under the laws of the United
States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not, either
directly or indirectly,entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with the project for .
which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to have signed and have
agreed to the provisions of this declaration.
NOTICE TO ALL BIDDERS
To report bid rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday
through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging,
bidder collusion,or other fraudulent activities should use the"hotline"to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway.construction.
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All
information will be treated confidentially and caller anonymity will be respected.
i
2012 Street Patch and Overlay with Curb Ramps Non-Collusion Declaration
February 2012
le 34 Non-Collusion Declaration/Notice to all Bidders
-Acted to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Certification for Federal-Aid Contracts
The prospective participant cen1fres by signing and submilt:ing
this bid or proposal,to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or Ydll t>e paid, by or on
behalf of the undersigned,to any person for influencing or attempting to
influence an officer or emplryyee of any Federal agency,a Member of Congress.
an officer or employes of Congress,or an employee of a Member of Congress
in connection with the awarding of any Federal contract,the making of any
Federal grant the making of any Federal loan,the entering Into of any
cooperative agreement,and the extension, continuation,renewal,amendment,
or modification of any Federal contract,grant;loan or cooperative agreement.
(2) if any funds other than Federal appropria_ed funds have been paid or will be s
Paid to any person for influencing or attempting to influence an officer or >
smotoyee otany Federal agency,a Member of Congress,an officer or
employee of Congress,or an employee of a Member of Congress in connection
W th this Federal contract,grant ban,or cooperative agreement, the
undersigned shall complete and submit Standard Fomi-LLL. 'Disclosure Form C
to Reonrt Lobbying."In accordance v,,ith its instructions. ".
This certification is material representation of the fact upon vrhich reliance was r
placed when this transaction v,-as made or entered into.Submission of this
�°rttf_ rcatfarLis a or8reouisfte for makIna ar enterino nto this transaction irnpased '
by Section 1352,Title 31,U.S.Code. Any person who fails to file the required m
certification shall be subject to a civil penalty of not less than$10.000 and not
rzore than$1 XODJ for each failure.
iv
e roc ecctive oarticioant also agrees Uv s�r�mitling his or her bid or neat
that a or she shall reoulre that the laQQuana of INA certiflMIIp t+e Included In
as lo<►er tier subcontracts which exceed 5100,!,)O and that aft such
subrecipients shall certify and disclose accordingly
ii
m
N
.7
LL
C U
Q C
i'J q
OD C
U_ M
O u
=Lj
xz
u
a ,c
Ce,tiS cling orFedera!A Contrmc,8
Jury 201:
a
y 35 Certification for Federal-Aid Contracts
c Jed to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
i
Disadvantaged Bus'vanta ed
..:� ., g mes s
Enterprise Utilization Certification
To be eligible for award of this contract the bidder must fill out and submit,as pan ofits bid proposal,the following
Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise(DBE)requirements.
The Contracting Agency shall consider as non-responsive and shall reject any bid proposal that does tain a DBE
,Cmtification which properly demonstrates that the bidder will meet the DBE not con Participation requirements in one of the manners
provided for in the proposed contract If the bidder is relying on the good faith effort method to meet the DBE assigned contract
goal,documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts.The
successful bidder's DBE Certificatioa shall be deemed a part of the resulting contract.lnformation on certified firms is available
from O t�11 one 360-753-9693.
— �t "+�7x7imDa certifies that the Disadvantage Business Enterprise
—orBlddp
(DBE)Firms listed below have ben contacted regarding participation on this project,if this bidder is successful on this proiect
and is awarded the contract,it shrill assure that subcontracts or supply agreements are executed with those firms where an
"Amount to be Applied Towards Goal"is listed.(If necessary,use additional shect.)
Name of DBE Project Role*
I Certificate Number tom,Subcodva . Amount to
Description of Work be Applied
°atrl Towards Goal
I.
2.
_.
.3- --
----
t
1,
{
7_ {.
ra
�f
8. _ e�
I
9. --- -
- a�
° c
1Q
a
c�
Disadvantage Business Enterprise Subcontracting Goal: DB£.Total S ++.
..t o
a
* Regular Dealer status must be approved prior to bid submittal by the Office of Equal O PPo'tni ty,Wash.state De p t
.of Ttansportation,on each contract LL
"* See the section"Counting DBE Partic.�ipation Toward Meeting the Goal"in the Contract Document. Q�'
The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal.In the event
of an arithmetic difference between this total and the sum of the individual amounts listed above,then the sum of the N
etrtotmts Listed shall prevail and the total will be revised accordingly. "
m e
5 ct
a r-
to rs
r
u
CO Lit
A
y'7
' _�isa�vsntagt�;cZt.s;:res;F:tnerp:ise i'!iii�.tion Cenifi:atiun ,�-^
Rr1y20i i
en
age 36 Disadvantaged Business Enterprise Utilization Certification
;ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Proposal -Signature Page
The bidder is hereby advised.that by signature of this.proposal he/she is deemed to have acknowledged all
requirements and signed all certificates contained'here'in.
A proposal guaranty in an amount of five percent(5%)of the total bid, based upon the approximate
estimate of quantities at the above process and in the form as indicated below is attached hereto:
Certified Check ❑ ($ ) Payable to the City of Renton
Proposal Bond In the Amount of 5%of the Bid
Receipt is hereby acknowledged of addendum(s)
No.(s)
Signature of Authorised Official(s)
Proposal Must be Signed
Finn Name G,/fi l Z 51,04 7;el fs
Address 88O S 5,:5 .2510'�`�
City of Renton Business License No. /� _" 9D�
State of Washington Contractor's License No. :U/*-ES/-X— 27'1-.Th
Federal ID No. g1— O 751657
Note:
I) This proposal form is not transferable and any alteration of the firm's name entered hereon
without prior permission from the City of.Renton will be cause for considering the proposal
irregular and subsequent rejection of the bid
2) Please refer to section 1-02.6 of the standard specifications re:"Preparation of Proposal."
2012.Street Patch and Overlay with Curb Ramps Proposal-Signature Page
February 2012
> e 37 Proposal-Signature Page
sided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Y Gr
Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name: 210/2 ST2fEl�.i�rry,�y,. fit,!/arrJj�'N,P� �Qf},try�QS
Failure to list subcontractors who are proposed to,perform the work of HVAC(heating,ventilation and air
conditioning),plumbing,as described in Chapter 18.106 RCW,and electrical as described in Chapter 19.28
RCW,or naming more than one subcontractor to perform the same work will result in your bid being
nonresponsive and therefore void.
Subcontractor(s)that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as
described in chapter 18.106 RCW,and electrical as described in chapter 19.28 RCW must be listed below.The work
to be performed is to be listed below the subcontractor(s)name.The requirement to name the prime contract
bidder's proposed HVAC,plumbing and electrical subcontracturs applies only to proposed HVAC,plumbing,and
electrical subcontractors who will contract directly with the prime contract bidder submitting the bid to the public
entitv.
If no subcontractor is listed below,the bidder acknowledges that it does not intend to use any subcontractor to
perform those items of work.
Subcontractor Name
Work to be Performed
ZMU2-no PS
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Bidder's are notified that in the opinion of the enforcement agency PVC or metal conduit,junction boxes,etc,are
considered electrical equipment and must be installed by a licensed electrical contractor,even if the installation is
for future use and no wiring or electric current is connected during the project.
A licensed electrical contractor must be listed to perform the work.
2012 Street Patch and Overlay with curb Ramps Subcontractor List
February 2012
Page 38 Subcontractor List
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
I11, PROJECT PROPOSAL CITY OF RENTON
9. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. _� DATE
NO. DATE
NO. DATE
SIGNED
TITLE Eon �
NAME OF COMPANY : C/�S� C. /A 1A) C.
ADDRESS
CITY/STATE/ZIP
TELEPHONE
i
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE# b LICENSE#
2012 STREET PATCH AND OVERLAY WITH CURB.RAPUPS
ige 9
Nrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see Www.bxwa.com-Always Verify Scale
CITY OF RENTON
RENTON, WASHINGTON
ADDENDUM NO. 1
to the CONTRACT DOCUMENTS for the
2012 Street Patch and Overlay with Curb Ramps
Project No. CAG-12-081
Date of Issue: June 19,2012
Date of Bid Opening: June 26, 2012
NOTICE TO ALL PLANHOLDERS:
The Bid Documents for the above-named project'are modified as described below. Bidders shall
take this Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
acknowledge receipt of this Addendum in the form provided and attach it to the Proposal Form.
Failure to do so will subject the Bidder to disqualification of his bid.
THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS:
Replace Index with Attached Revised Index.
PROPOSAL:
Replace Schedule A and Schedule B of the Schedule of Prices in Section III Project
Proposal with Attached Revised Schedule of Prices.
Replace Bidder's Checklist with Attached Revised Bidder's Checklist.
Insert Attached Acknowledgement of Receipt of Addendum.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN
EFFECT.
CITY OF RENTON
'Robert M. H on,P.E.
Transportation Design Supervisor
2012 Street Patch and Overlay with Curb Ramps ADDENDUM NO.1
June 19,2012
CITY OF RENTON
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
I N D E X=ADDENDUM NO. 1 REVISION
I. CALL FOR BIDS
H. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON
3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON
4. SCOPE OF WORK
5. VICINITY MAP
6. STREET LISTS
7. CURB RAMP LIST
III. PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. 'PROPOSAL BOND
3. *PROPOSAL (SCHEDULE OF PRICES)
4. 'ANON-COLLUSION DECLARATION
5. CERTIFICATION FOR FEDERAL-AID CONTRACTS
6. DISADVANTAGE BUSINESS ENTERPRIES UTILIZATION CERTIFICATION
7. *PROPOSAL-SIGNATURE PAGE
8. "SUBCONTRACTOR LIST
9. *ACKNOWLEDGEMENT OF RECIEPT OF ADDENDA
IV. CONTRACT DOCUMENT FORMS
1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT
3. CITY OF RENTON INSURANCE INFORMATION FORM
4. CERTIFICATE OF INSURANCE(SAMPLE)
5. FAIR PRACTICES POLICY
6. CONFINED SPACE ENTRY PROGRAM AFFADAVIT
V. CONTRACT SPECIFICATIONS
1. SPECIAL PROVISIONS
2. AMENDMENTS TO THE STANDARD SPECIFICATIONS
APPENDIX A-SAMPLE FORMS
1. REQUEST TO SUBLET WORK
2. MONTHLY UTILIZATION REPORT(CC-257)
3. RECYCLED PRODUCT REPORTING FORM
4. CERTIFICATION OF PAYMENT OF PREVAILING WAGES
APPENDIX B-HOURLY MINIMUM WAGE RATES
APPENDIX C-STANDARD PLANS
* Submit with Bid
** Submit with Bid or within I hours of bid
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
IV. CONTRACT DOCUMENT FORMS CITY OF RENfON
INFORMATION ONLY
IV
CONTRACT DOCUMENT FORMS
i
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD.
- II
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS Wforms/contracts/2012-OL_IV.doc/WFWG3.1 IApproved by Larry Warren 2/14
Ti
N. CONTRACT DOCUMENT FORMS C1TY OF RENTON
Bond No.105803255
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY TBESE PRESENTS:
That we,the undersigned Lakeside Industries,Inc.
as principal,and Travelers Casualty and Surety Company of America corporation organized and existing under the
laws of the State of Connecticut as a surety corporation, and qualified under the laws of
the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety
are jointly and severally held and firmly bound to the .City of Renton in the penal sum of
1,272,052.20 for the payment of which sum on demand we bind ourselves and our successors, heirs,
administrators or person representatives,as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the
City of Renton.
Dated at L64 J
,Washington,this (i� day of i-f�- ! 2012.
V
Nevertheless,the conditions of the above obligation are such that:
' WHEREAS, under and pursuant to Public Works Construction Contract CAG-12-081 providing for
construction of 2012 Street Patch and Overlay with Curb Ramps,the principal is required to furnish a bond
for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to aceept, the contract, and undertake to perform the
work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and
shall hold said City of.Renton harmless from any loss or damage occasioned to any person or property by
reason of any_carelessness or negligence on the part of said principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or
expense by reason of failure of performance as specified in the contract or from defects appearing or
developing in the material or workmanship provided or performed under the contract within a period of one
year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void;
but otherwise it shall be and remain in full force and effect.
Lakeside Industries,Inc. Travelers Casualty and Surety Company of America
Princi Surety
Signature Signature Susan B.Larson
Attorney-in-Fact
Title Title
2012 STREET PATCH AND OVERLAY WI'ITI CURB RAMPS H/forms/contracts/2012-OL_IV.doc/WFWG3.1 I Approved by Larr},Warren 2/14
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
IAttorney-In Fact No. 224689 Certificate No. 004726764
I KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under
I the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Deanna M. Meyer,Karen P.Dever,Jill A. Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher, Lillian Tse,Benjamin L.Wolfe,Elizabeth R.
IHahn,Jana M. Roy,and Scott McGilvray
I
of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
Iother writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
" 8th
IN WITNESS WHEREOF,the Companies have caused this instrument to'be signed and their corporate seals to be hereto affixed,this
day of February 2012
Farmington Casualty Cori P an f��•6C�>
St.Paul Mercury Insurance Company
Fidelity and Guaranty(usurance Company.
Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance'Underwriters,Inc. Travelers Casualty and Surety Company of America
I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
GI.SU.� FIRE 4 W IM N..... ,� J TY q S �♦7`
}JP+.......�F.yt gP� NOG � EUA ��Y'WO
Z 3 • �](1 19� 81fD � m� �11`ORFryRgPF m )W OORPORATf'.p� W 9�, •F
I 1 9 8 2 O I z _._ - i HARTFORD, t f41RfFDRO, `YO
q cgy+E ,S a; 1951 !c J'•S E A L,'On3 t j'; `°1 CDNN. n ooNN. $ N 1898
bey� �N d *� mnuu�n nn :S NFL °f'•.. � y + , ,f+
I
State of Connecticut By:
ICity of Hartford ss. Georg Thompson, enior ice President
On this the 8th day of February 2012 , before me personally appeared George W. Thompson, who acknowledged
I himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
I
G•T�
In Witness Whereof,I hereunto set my hand and official seal. W
IMy Commission expires the 30th day of June,2016. * 'OIIBUG * Marie C.Teueault,Notary Public
I58440-6-11 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President, any Vice President,any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and
Surety Company,Travelers Casualty and Surety Company of America and Unite&States Fidelity, Guaranty Company do hereby certify that the above and foregoing
g
is a true and correct copy of the Power of Attorney executed by said Compatiieswhich:is itrfull force and effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and a`ff'ixed the,aals f said".inpanies this day of 20 .
Of
Kevin E.Hughes,Assistant Sec tary
I
G�SUq �poqp F\M1E 6
(-EA 0�18�-tg.SEAL,e S.•AN�a I ... ..re�a Att)
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached.
I
I
I
I
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
122021
RETAINAGE BOND
Bond No. 105803256
KNOW ALL MEN BY THESE PRESENTS,that LAKESIDE INDUSTRIES, INC.
as Principal authorized to do business in the State of Washington and
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT
and authorized to transact business in the State of Washington as Surety, are jointly and severally held
and bound unto CITY OF RENTON as Obligee in the penal sum of
SIXTY THREE THOUSAND SIX HUNDRED TWO AND 61/100THS
Dollars($ 63,602.61 ), which is
5% of the Principal's bid.
WHEREAS, on the �i j day of �(RJ/7, the said
Principal, herein, executed a contract with the Obligee, for 2012 TREET PATCH AND OVERLAY
WITH CURB RAMPS, CONTRACT CAG-12-081
WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum
of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as
earned retained funds.
AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds
as allowed under RCW 60.28.
NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and
bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final
contract cost which shall include any increases due to change orders, increases in quantities of work or
the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be
retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall
remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and
liens and in the same manner and priority as set forth for retained percentages in RCW 60.28.
PROVIDED HOWEVER, that:
1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the
Principal if no monies are retained by the Obligee on estimates during the progress of construction.
2. Any suit under this bond must be instituted within the time period provided by applicable law.
WITNESS our hands this 7;s- day of J,4, 20 .
Travelers Casualty and Surety Company of LAKESIDE INDUSTRIES, INC.
America
Sure
By.
Attorney-in-Fact, Susan B. Larson kJA(,GoA/
Parker, Smith & Feek, Inc.
2233 112"Ave NE, Bellevue, WA 98004
Name and Address of Local Agent Principal
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
,C-N, POWER OF ATTORNEY
TRAVELERS.1 Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
IAttorney-In Fact No. 224689 Certificate No. 004726767
I KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under
I the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Deanna M. Meyer, Karen P. Dever,Jill A. Boyle,Stuart A.O'Farrell,Susan B.Larson,Scott Fisher, Lillian Tse,Benjamin L.Wolfe, Elizabeth R.
IHahn,Jana M.Roy,and Scott McGilvray
I
of the City of Bellevue State of Washington their true and lawful Attorney(s)-in-Fact,
' each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of.guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permiled'in any actions or proceedings allowed by law.
I � ��.K r ' `•t` �•Y�� "®�, „7 8th
IN WITNESS WHEREOF,the Companies have caused this instrument to'be signed and their corporate seals to be hereto affixed,this
day of February 2012
Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty:Insurance m an�Y.,#.., 4 Travelers Casualty and Surety Company
Y
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
ISt.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
��7yy St.Paul Guardian Insurance Company
I GASU,�t F1RE•4 SRN ryNgG '��1NSUq"•'c pl1V AIy0 ,
4% P..........
02 OpPOq�r L i" 9pp yr .f9 4 ?• •7 14J:: ..'6•i Up 9 q�
u�' fin c NCCRppBATFO m� ��toavoAa,F m �m:`coaroAArf�'•. a� �
a HARTfCRq T9 a RD
t •n f i o F CONN. n OONN. p,
�:SEAL'a o
b� N� H.�'s c� v'••. ...:�`t't 6•' .'".•d �1O
• v�
State of Connecticut By:
ICity of Hartford ss. /Georgqg Thompson, enior ice President
8th February 2012
On this the day of before me personally appeared George W. Thompson, who acknowledged
Ihimself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
I
am#In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2016. * Marie C.Tetreault,Notary Public
I58440-6-11 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President, any Vice President, any Second Vice I
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is I
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is I
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the I
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, I
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and I
Surety Company,Travelers Casualty and Surety Company of America,and United,States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies which is in full force`aud effect and has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said'Cmpanies this day of
Kevin E.Hughes,Assistant Sec tart'
I
,;po.....0.
pASU,��T QOM•" J-Fl0.E°4 ATM INSG p,�INSUq JPl(Y AHp 1116_-"'ry `W'Y"'VJ
$ trD z �i h W:p0 if•1^{ d I
1 9 8 2 O < 1977 � m m 1 E; �; a HARTFDRD, WiRTF'6RA� a QD
•0 w cONN. nCONtl. N 1896
SBAL;�a
b a �ti o' mod•.........:'1`J 6v D > t
d� A d 1• �sfiA 6 G �a� d.'•.. a b ap f
taMiNn ANG fSp A� 1s... *a bj 'N `{� •9/AI��
I
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the
above-named individuals and the details of the bond to which the power is attached. I
I
I
I
I
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT,made and entered into this day of J it 20 by and between THE CITY
OF RENTO , Washington, �p
mun7al corporation of the State of Was in IT
on,hereinafter referred,to as "CITY" and
rtf, hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated,(to-wit: within 70 working days from date of commencement hereof
as required by the Contract, of which this agreement is a component part)perform all the work and services required
to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility
and transportation services necessary to perform the Contract, and shall complete the construction and installation
work in a workmanlike manner, in connection with the City's Project (identified as Project No. CAG-12-081) for
improvement by,construction and installation of 2012 Street Patch and Overlay with Curb Ramps.
Asphalt concrete patching, asphalt concrete paying (BMA Class 1/2" PG 64-22). Removal of asphalt pavement,
installation of ADA comliant curb ramps,utility adjustments, and channelization.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity
with the plans and specifications, including any and all addenda issued by the City and all other documents
hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of
Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the
construction installation performed and completed to the satisfaction and the approval of the City's Public Works
Director as being in such conformity with the plans, specifications and all requirements of or arising under the
Contract. The Contractor agrees to use recycled materials whenever practicable.
2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement,consists
of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein
set out in full,and if not attached,as if hereto attached.
All parts as specified in Section 1-04.2 of the Standard Specifications as amended by the APWA General
Special Provisions(Special Provision 1-04.2).
2012 Street Patch and Overlay with Curb Ramps Agreement
February 2012
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its
completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said
work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment
for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he
or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written
notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the
serving of such notice, such violation or non-compliance of any provision of the _Contract shall cease and
satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10)
day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and
perform the Contract,provided, however,that if the surety within fifteen (15) dUs after the serving upon it of such
notice of termination does not perform the Contract or does not commence performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute
the same to completion by Contract or by any other method it may deem advisable, for the account and at the
expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned
the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and
utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties
belonging to the Contractor as may be on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees .
harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every
type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection
with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property
arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on
account of any patented or unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically provided for in this
Contract.
In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against
Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and
reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor
agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims,
demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if
claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees
and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this
indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and
enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or
employees.
6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by
the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore
specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage
prepaid,certified or registered mail.
2012 Street Patch and Overlay with Curb Ramps Agreement
February 2012
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final
execution, and shall complete the full performance of the Contract not later than 70 working days from the date of
commencement. For each and, every working day of delay after the established day of completion, it is hereby
stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of
Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the
Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation
provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for
faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay
for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date
of final acceptance of the work,unless a longer period is specified. The City will give notice of observed defects as
heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take
immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to
obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but
prior to the expiration of the legal time period set forth.in RCW 4.16.040 limiting actions upon a contract in writing,
or liability expressed or implied arising out of a written agreement.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs,
progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be
requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract,
including the payment of all persons and firms performing labor on the construction project under this Contract or
furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as
specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current
City of Renton business license while conducting work for the City. The Contractor shall require, and provide
verification upon request, that all subcontractors participating in a City project possess a current City of Renton
business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
12) The total amount of this contract is the sum of 27�' U S7 Zjz>
num ers
(1NC Gi(,ty t3-A." �v
� cn wor s
which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special
Provisions"of this Contract.
2012 Street Patch and Overlay with Curb Ramps Agreement
February 2012
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 ITY OF RE ON
` n-_ u',er Mayor Denis Law
r
ATTEST
5, '/ �� �f 0
Secretary Bonnie I. Walton City Clerk
d/b/a
Firm Name
check one
O Individual O Partnership Corporation Incorporated in
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must
sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the
City and made a part of the contract document.
If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as) and firm
or trade name;any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of
the company.
2012 Street Patch and Overlay with Curb Ramps Agreement
February 2012
A DATE(MM/DDYYYY)
CERTIFICATE OF .LIABILITY INSURANCE 07/18/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME:
Parker,Smith&Feek,Inc. PHONE C No
425-709-3600 A1
F X 425-709-7460
2233 112th Avenue NE E-MAIL
Bellevue,WA 98004 ADDRESS:
INSURERS AFFORDING COVERAGE NAIC#
INSURER A: Zurich American Insurance CO.
INSURED INSURER B: Starr Indemnity and Liability Company
Lakeside Industries,Inc.
P.O.Box 7016 INSURER C
Issaquah,WA 98027 INSURER D
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR POLICY NUMBER MM/DD MM/DDNYYY
A GENERAL LIABILITY GLA399263008 6/1/2072 6/1/2013 EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED 300,000
X COMMERCIAL GENERAL LIABILITY X X PREMISES Ea occurrence $
CLAIMS-MADE �OCCUR MED EXP An one person $ 10,000
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY X PRO X LOC $
A AUTOMOBILE LIABILITY GLA399263008 6!1/2012 6/1!2013 COMBINED SINGLE LIMIT 2000,000
Ea accident
X ANY AUTO BODILY INJURY(Per person) $
ALL OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS AUTOS
NON-OWNED PROPERTY DAMAGE $
HIREDAUTOS AUTOS Per accident
$
B UMBRELLA LIAB X OCCUR SISCCCLO1462312 6/1/2012 6/1/2013 EACH OCCURRENCE $ 1,000,000
X EXCESS LIAB CLAIMS-MADE X X AGGREGATE $ 1,000,000
DED X RETENTION$ 0 $
TH-
A WORKERS COMPENSATION GLA399263008 WC STATU- X 0ER R S1 AND EMPLOYERS'LIABILITY 6/1/2012 6/1!2013 YIN ANY PROPRIETOR/PARTNER/EXECUTIVE N 1 A "WA State Stop Gap Only E.L.EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L.DISEASE-FA EMPLOYEE $ 1,000,000
If yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required)
LI Job No 122021 -2012 Street Patch and Overlay with Curb Ramps Project No CAG-12-081.City of Renton is included as Additional Insured and coverage is
primary and non-contributory per Endorsement U-GL-1461-B CW 10-11 attached.Waiver of Subrogation applies per Endorsement U-GL-925-B CW 12-01
attached.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Renton ACCORDANCE WITH THE POLICY PROVISIONS.
Attn:Jayson Grant
1055 South Grady Way AUTHORIZED REPRESENTATIVE .
Renton,WA 98057
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 2010/05 The ACORD name and logo are registered marks of ACORD
( ) 9 9
THIS PAGE INTENTIONALLY LEFT BLANK
Additional Insured Automatic — Owners,.Lessees Or ZURICH..
Contractors — Products.Completed. Operations Liability
Amendment
Policy No:: Eft. Date of Poi:. ap. Date of Pal. Eff.Date:of End Producer No: . Mrl.Prom Return Pram.,
THIS ENDORSEMENT CHANGES THE POLICY., PLEASE DEAD IT CAREFULLY.:
Named Insured:
Address(including ZIP Code):
This iandorserrient rnodiffes insurance provided under the;
Commercial General.Liewiity,Coverage Pert.
A. Section i1-VUtio is An Insured is amended to:include:as an in§tired any_pt�rscin or.organi anon Wv 0"you are required:
to add as an additional insured;on this policy:udder,a written contract or written agreement..
B. The Insurance `
provided to the addrtrorlal rnsured person or organrzatran applies only to. "t�adtfyr irtjt:Iry';, "property
damage' :or "personal and advertising,injury" covered under Section 1 � Coverage A-8 odity injury And Property
Damage 'l:iabiljty and Section 1' Coverage B rl Personal And Advertising injury Liability,. but Only with:respect to;
liai�ility for'bodily injury","property damage'or"personal and advertising injury"caused, in>whole,or in part, by:
.1 Your Acts,or iymissions;;or
4 The acts or omission5.of those acting on your behalf...
and resulting directly from your ongoing operations or'yotir work"as Included in the"products completed operations.
hazard",which is the subject of the written contract orvvritten agreerriertt.
C However,regardless of the proyisions'of Paragraphs A. and 6.above:.
1 VVe will not:eztend.any insurance coverage to any additional insured person or organization
a, That is not provided to'you in'this policy;or
b.
That is any bkoader coverage than you are required to provide to. the additional 'insured persorr or
vrgantzatori in the written contract or.written agreement;and`.
e. Subject;to Paragraphs 1.a. and 1.b. aboye&and solely as;respects.'products-corimpteted operations hazard"
coverage, unless a claim or 'atilt"for damages'is orpsented.L to us no later than a.e year from the "products
completed operations hazard`' completion date deemed applicable: to 'your work" from which the loss
Originates if no time requirement for reporting a claim or "suit"`for damages is stipulated in,the:written contract
or-written agreement;and
2; Vile Will not provide Limits of J1, .ranee to.any additional.inSored.person oc organizatt .n that exceed the.bwer of..
a::: The Limits of Insurance provided to yow,in t* policy;or
b: The Litnts.af in you are required to proytde 16 the written contractor wrltterr agreement.
13. The insurance:provided to the additional insured person or organization does not apply to'
Bodily injury "property damage"or"personal;an L advertising injury arising,out of the rendering or failure tt� render 9.any professional architectural,engineering or surveying;servjces inci"ding
t.Ifial:rt461-s m ot0i):
Nge 1 of:2
inciu des-copyrigfited material of.insurance'Services.odice,lm,with its perrriissiom
WA,d GQPy:
1. The preparing,approving or failing to prepare or,approve maps,shop drawings; opinions,reports;surveys.,field:
orders,change orders or drawings and specifications;and
2 Supervisory,inspection,.architectural or engineering activities.
E The:additional insured must see to k that::
1. Mare notified as soon.as practicable of an"occurrence"or offense that may result 1n a.claim;.
Z ft receive written notice of A claim or"$Uif'as Soon as practicable:and.;
3. A request for defense, and indemnity of the claim or 'suit"will promptly be brought against any policy issued by
another insurer under which the additional insured may be an .insured in any capacity; This provision does. not;.
apply to insurance.on which the additional insured is a Named Insured,if the written contract or written agreement
requires.that this coverage.be.primary and.non-contributory:
F. FQr the coverage provided.by this endorsement;
I. The followin
g:paragraph is added to.Paragraph 4.a:of the.:Other tnsurance Condition:of Section tY-C+otnrriercial:
General Llallif! y C.ondifforts
This insurance is primary insurance as respects.our coverage to the additional insured person or:organization;.
Where the written contracts or written agreement requires that this insurance be primary and non-contributory With
respect,to any other policy upon which the additional insured,is,a Named Insured. In that event,we will not:.seek
contribution from any other such insurance policy available.to the. additional:insured on:which: the additional
hisured person or organi2zVon:`is a Named Insured ;
2 The foilowing paragraph is added Do Paragraph 4.E:of the Ether Insurance Condition ttf Section IV- Ccm nercllal
General t-iabi6ty Condi ions
This insurance is exc ess;over.
Any of the other insurance, whether primary;excess, contingent`or on,any other basis,;available to an additional
insured, in which the additional insured an our policy is`also covered as an addi,o.r!al:insured on another policy
prdyidin c verage_f or the same'bccurrence'%offense,c!airrr or "si,�t".: This provision does not apply to any policy,
in which the additional insured is a Named Insured on such other policy and where our policy required by
written contract or written agreement to provide:, to the additional.insured on s primary and.non-
contributory basis:
G. This endorsement does not apply to an additional insured.Which,has been added to'this policy by an.eridorserTlent
showing the additional;insured in a Schedule of additional insureds, and`i+irtiich endorsement applies specifically to
that identified additional,
Ail other terms and conditio is of this policy remain unchangt�d.;
U�GL-1461-8 CW 00/11 j
Page 2 ot2
fncludes:copyrlghted materiel of insurance Services Qifice,(nCi;with its permission.•
tisured;Ct�py,',
waiver tJf Subrogation.(Blanket) Endorsement.
Policy No. Eft gace of Pot. Exp..Date ot.Pot B.f,Date of End.6 Producer, A:dd'1 Preen. Retuc ,I'rem.
THIS ENDORSEMENT CHANGES THE POLICY:: PLEASE READ IT CAREFULLY.
This endorae.ament.modifi.es insurance provided`wader then
Commereiat General Liability Coverage Part
The following is added to'the Trans[er Of Rights U[Reeover y Against Others To Us Coz►dition
Ifyou are.required by a written contractor agreement,which ts:executed'before a loss,to:waive.your rights;oftecovery from;
others;we agree to waive our rights of recovery. This waiver of rights shall n©c be constxued'to be a vyaiver with irespect to;,
any other dperatians u aich"the insured has no contxactual interetiL
3
u.GL-oz s two vol).
y t
THIS PAGE INTENTIONALLY LEFT BLANK
Cit :of
INSURANCE REQUIREMENTS FOR CITY OF RENTON
The City of Renton requires the industry standards:
• $1,000,000 Commercial General Liability,with$2,000,000 in the aggregate
• $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of work. This would include
delivery of products to worksite)
• $1,000,000 Excess Liability(if required in contract;can be fn tandem with CGL)
• Proof of Workers'Compensation coverage(provide the number)
• $1,000,000 Professional Liability(if required in contract)
Requirements UNIQUE to the City of Renton:
• Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy
• . Due to a statement found at the upper right of the ACORD form,please provide the endorsement
page(s)from the oolicy(ies), evidencing Primary&Non-contributory coverage
• Modify the cancellation clause to state:
"Should any of the above described policies be cancelled before the.expiration date thereof,
notice will be delivered in accordance with the policy provisions."
• Sample Contract Language
• Put descriptive text of the project in the"Description of Operations" box
• The certificate holder should read:
City of Renton
ATTN: (enter your City contact's name and department here)
1055 South Grady Way
Renton, WA. 98057
Direct any questions, comments or concerns to: Colleen Shannon—425.430.7658/desk
425.430.7650/main
425.430.7665/fax
cshannon @rentonwa.gov
I
i
SAMPLE CONTRACT LANGUAGE
• The Contractor shall provide the Contracting Agency and all Additional insured's with
written notice of any policy cancellation,.within two business days of their receipt of such
notice.
• 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.
• 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.
II
i
I
POLICY NUMBER:
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL.LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section ll) is amended to include as an insured the person or organization
shown in the Schedule but only with respect to liability arising out of your ongoing operations
performed for that insured.
CG 20 10 03 97 Owners, Lessees, or Contractors SAMPLE No Completed Operations
WCIA Insurance Requirements
CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
I
The (CONTRACTOR) shall obtain and maintain the minimum insurance coverages set forth below. By
requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the
risks that may be applicable to the (CONTRACTOR)under Contract Number . The(CONTRACTOR)
shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader
coverages.
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
Premises and Operations
• Explosion,Collapse and Underground Hazards
Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
Broad Form Property Damage
Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
Owned Vehicles
Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
Statutory Benefits(Coverage A)-Show WA L&I Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
I (5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or
in the course of operations under this Contract.
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
i
2012 Street Patch and Overlay with Curb Ramps Insurance Information Form
February 2012
LIMITS REQUIRED
The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) $ 5,000
Stop Gap Liability $ 1,000,000
*General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
(Each Accident)
Workers'Compensation
Coverage A(Workers'Compensation)-Show WA L&I Number
Umbrella Liability
Each Occurrence Limit $. 1,000,000
General Aggregate Limit $ 1,000,000
Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
I
i
i
i
2012 Street Patch and Overlay with Curb Ramps Insurance Information Form
February 2012
ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers'as
Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR) shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by
CITY OF RENTON.
2) Include a Waiver of Subrogation Clause:
3) Severability of Interest Clause(Cross Liability)
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days prior
written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON
by certified mail.
The (CONTRACTOR)shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced
for any reason, and shall reinstate the aggregate and the (CONTRACTOR'S) expense to comply with the minimum
limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance
showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for two(2)
years after completion of the project.
2012 Street Patch and Overlay with Curb Ramps Insurance Information Form
February 2012
i
Review Statement of Intent Page 1 of 2
Washington State Department of
Labor & Industries
Intent Details for Intent Id: 522338
Document Received Date:7117/2012 Intent Id:522838 Affidavit Id: Status:Submitted On 7/17/2012
Company Details
LAKESIDE INDUSTRIES INC UBI#: 601106847
PO BOX 7016 Reg#: LAKESI*274JD
ISSAQUAH,WA 98027 E-mail: doug.s @lakesideind.com
425-313-2600
Industrial Insurance Account Id: 700,227-00
Filed By Stillgebauer, Doug
Prime Contractor
Company Name LAKESIDE INDUSTRIES INC
Contractor Registration No. LAKESI*274JD
WA UBI Number 601106847
Phone Number 425-313-2600
Project Information
Awarding Agency RENTON,CITY OF
1055 S GRADY WAY RENTON,WA-98055
Awarding Agency Contact Jayson Grant
Awarding Agency Contact Phone Number 425-430-7400
Contract Number CAG-12-081
Project Name 2012 Street Patch and Overlay with Curb Ramps
Bid due date 6/26/2012
Award Date 6/26/2012
Project Site Address or Directions
Intent Details
Does your company intend to hire subcontractors to perform all work? No
Does your company intend to hire any subcontractors? No
Will your company have employees perform work on this project? Yes
Do you intend to use any apprentices?(apprentices are considered No
employees.)
Will this project utilize American Recovery and Reinvestment Act No
(ARRA)funds?
Specifically,will this project utilize any weatherization or energy No
efficiency upgrade funds(ARRA or otherwise)?
https://secureaccess.wa.gov/lni/pwia/ViewIntent.aspx 7/17/2012
Statement of Intent Page 2 of 2
r
How many owner/operators performing work on the project own 30% 0
or more of the company?
What is the estimated contract amount?Or is this a time and materials 51,272,052.20
estimate?
Expected project start date: (MM-DD-YYYY) 7/19/2012
In what county(or counties)will the project be done? King
In what city(or nearest city)will the project be done? Renton
journey Level Wages
County Trade Occupation Wage Fringe #Workers
King Laborers General Laborer $30.91 $9.12 1
King Flaggers journey Level $24.81 $9.12 2
King Laborers Raker-Asphalt $32.16 $9.12 2
King Power Equipment Operators Gradechecker/stakeman $31.97 S1 5.15 1
King Power Equipment Operators Motor Patrol Graders,Finishing $35.24 $1 5.1 5 1
King Power Equipment Operators Roller,Plant Mix Or Multi-lift Materials 534.33 $1 5.15 1
King Power Equipment Operators Spreader,Topsider&Screedman $35.24 S1 5.15 2
King Truck Drivers Dump Truck(W.WA-Joint Council 28) $30.05 $16.08 3
King Truck Drivers Dump Truck&Trailer $30.89 $16.08 3
i�Show/Hide Existing Notes
--On 7/17/2012:--
122021
Back to Horne Print Receipt
_..... ...
e d r. �y�. .r _...l,:i:
C')Washington State Dept. of Labor& Industries. Use o, this site is suhject to the laves a, the state of �,1t'a�:6Yin�lt,>
Washington.
https://secureaccess.wa.gov/lni/pwia/Viewlntent.aspx 7/17/2012
G Of
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
/' 51 r> 1AJt> 1 AI C, 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.
11. The above-named contractor/subcontractor/consultant complies with all applicable federal,
state and local laws governing non-discrimination in employment.
Ill. When appiicable,.the.above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
GKK�'1.0
Print Agent/Representative's Name
Print Agent/Representative's Title
c `•
Agent/Re 4ese ntative'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.
CITY OF RENTON CONTRACT CAG-12-081
CONFINED SPACE ENTRY PROGRAM AFFADAVIT
/NLhereby confirms and declares that it:
(Name of contractor)
1. will be responsible for following all confined space requirements established by the provisions in
WAC 296-809 and its chapters,will coordinate entry operations with the City of Renton when
employees from the contractor will be working in or near City confined spaces,and will
communicate with the City regarding confined space entry operations exclusively through the
City's assigned construction inspectorand/or the City's project manager.
2. will discuss its intended entry operations with the City of Renton Public Works contact including
the program followed during confined space entry and will debrief the City on any hazards
confronted or created at the.completion of entry operations.
3. will place signs stating,"Danger,Follow Confined Space Entry Procedure Before Entering"at
each confined space to be entered,and will never leave the confined space open and unattended.
i
Print Agent/Representative's Name
", ft4&�R-
Print Agent/Representative's Title
cfato!/tz&�4 4cg-�Z
Agent/Rep sentative's Signature Date Signed
Instructions: This document MUST be completed and submitted by the contractor prior to starting work
on this contract.
2012 Street Patch and Overlay with Curb Ramps Confined Space Entry Program Affidavit
Roadway Improvements February 2012
i
1
V.Contract Specifications City of Renton
I
V
CONTRACT SPECIFICATIONS
2012 Street Patch and Overlay with Curb Ramps
SPECIAL PROVISIONS
City of Renton— 2012 Street Patch And Overlay With Curb Ramps June 2012
Project No.CAG-12-081
i
i
THIS PAGE INTENTIONALLY LEFT BLANK
i
I
City of Renton—2012 Street Patch And Overlay
With Curb Ramps Project No.CAG-12-081 June 2012
SPECIAL PROVISIONS
Introduction To The Special Provisions....................................................................................... 1
1-01 DEFINITIONS AND TERMS.............................................................................................2
1-01.3 Defmitions.......................................................................................................................2
1-02 BID PROCEDURES AND CONDITIONS.......................................................................4
1-02.1 Prequalification of Bidders....................................:.........................................................4
1-02.2 Plans and Specifications..............................................................................................4
1-02.5 Proposal Forms............................................................................................................ 5
1-02.6 Preparation of Proposal............................................................................................... 5
1-02.6(1) Proprietary Information........................................................................................... 5
1-02.7 Bid Deposit.......................... . .....................................................................................6
1-02.9 Delivery of Proposal.........................................................................................................6
1-02.12 Public Opening of Proposals...................................................................................7
1-02.13 Irregular Proposals...................................................................................................7
1-02.14 Disqualification of Bidders......................................................................................7
1-02.15 Pre Award Information..................................................................... ..................9
1-03 AWARD AND EXECUTION OF CONTRACT...............................................................9
1-03.3 Execution of Contract..................................................................................................9
1-03.4 Contract Bond...................... .... 10
....................................................................................
1-04 SCOPE OF WORK........................................................................................................... 11
1-04.2 Coordination of Contract Documents,Plans, Special Provisions,Specifications,and
Addenda 10
1-05 CONTROL OF WORK.................................................................................................... 12
1-05.4 Conformity With and Deviation from Plans and Stakes............................................ 12
1-05.5 Contractor Provided As-Built Information................................................................ 15
1-05.7 Removal of Defective and Unauthorized Work......................................................... 16
1-05.11 Final Inspection..................................................................................................... 16
1-05.11 Final Inspections and Operational Testing............................................................ 16
1-05.11(1) Substantial Completion Date............................................................................. 17
1-05.11(2) Final Inspection and Physical Completion Date................................................ 17
1-05.11(3) Operational Testing............................................................................................ 18
1-05.11(3) Operational Testing..........................................................................:.................. 18
1-05.13 Superintendents,Labor,and Equipment of Contractor.......................................... 18
1-05.14 Cooperation With Other Contractors..................................................................... 18
1-05.15 Method of Serving Notices.................................................................................:.. 19
1-05.16 Water and Power.................................................................................................... 19
1-05.17 Oral Agreements.................................................................................................... 19
1-06 CONTROL OF MATERIAL............................................................................................ 19
1-06.1 Approval of Materials Prior to Use.............................................................................. 19
City of Renton—2012 Street Patch And SP i Special Provisions
Overlay With Curb Ramps June 2012
Project No.CAG-12-081
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................20
1-07.1 Laws to be Observed..................................................................................................20
1-07.2 Sales Tax.......................................................................................................................'20
1-07.7 Load Limits............................................................................................................... 19
1-07.13 Contractor's Responsibility for Work....................................................................22
1-07.13(1) General..............................................................................................................22
1-07.15 Temporary Water Pollution/Erosion Control.........................................................22
1-07.15(1) Spill Prevention,Control and Countermeasures Plan........................................22
1-07.17 Utilities and Similar Facilities...............................................................................23
1-07.17(3) Interruption of Services.....................................................................................24
1-07.18 Public Liability and Property Damage Insurance........................................................24
1-07.18 Insurance.....................................................................................................................23
1-07.18(5)F Excess or Umbrella Liability............................................................................26
1-07.23(1) Construction Under Traffic....................................................................................28
1-07.23(1) Construction Under Traffic................................................................................28
1-07.24 Rights of Way...........................................................................................:............ 30
1-08 PROSECUTION AND PROGRESS................................................................................31
1-08 Prosecution and Progress...........................:..................................................................... 31
1-08.0 Preliminary Matters................................................................................................... 32
1-08.0(1) Preconstruction Conference.......................................................................................32
1-08.0(2) Hours of Work..........................................................................................................32
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..........33
1-08.4 Notice to Proceed and Prosecution of the Work........................................................33
1-08.5 Time for Completion.................................................................................................33
1-08.7 Maintenance During Suspension..........................
1-08.9 Liquidated Damages..................................................................................................... 35
1-09 MEASUREMENT AND PAYMENT............................................................................... 35
1-09.6 Force Account............................................................................................................ 37
1-09.7 Mobilization.............................................................................................................. 37
1-09.9 Payments................................................................................................................... 38
1-09.13(3)A Administration of Arbitration.............................................:..........................39
1-10 TEMPORARY TRAFFIC CONTROL...........................................................................39
1-10.2(2) Traffic Control Plans.............................................................................................39
1-10.3 Traffic Control Labor,Procedures and Devices........................................................41
1-10.3(1)C Uniformed Police Officer.......................................................................................41
1-10.3(3)A Construction Signs.............................................................................................41
1-10.5 Payment.....................................................................................................................42
1-11 RENTON SURVEYING STANDARDS.......................................................................... 42
1-11.1(1) Responsibility for surveys.....................................................................................42
1-11.1(2) Survey Datum and Precision.................................................................................42
1-11.1(3) Subdivision Information........................................................................................43
City of Renton- 2012 Street Patch And SP ii Special Provisions
Overlay With Curb Ramps June 2012
P-iPr.r u,, rAr:_l')-AR7
1-11.1(4) Field Notes.............................................................................................................43
1-11.1(5) Corners and Monuments..................................:.....................................................43
1-11.1(6) . Control or Base Line Survey.................................................................................44
1-11.1(7) Precision Levels.....................................................................................................44
1-11.1(8) Radial and Station--Offset Topography............................................................... 44
1-11.1(9) Radial Topography................................................................................................45
1-11.1(10) Station—Offset Topography............................................................................... 45
1-11.1(11) As-Built Survey.................................................................................................45
1-11.1(12) Monument Setting and Referencing..................................................................45
1-11.2 Materials....................................................................................................................46
1-11.2(1) Property/Lot Corners...................................:.........................................................46
1-11.2(2) Monuments............................................................................................................46
1-11.2(3) Monument Case and Cover...................................................................................46
1-11.5 Payment....................................................................................................................46
ENDOF DIVISION 1..................................................................................................................46
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................47
2-02.3(3) Removal of Pavement,Sidewalks,and Curbs.......................................................47
2-02.4 Measurement.............................................................................................................47
2-02.5 Payment.....................................................................................................................47
ENDOF DIVISION 2..................................................................................................................47
5-04 HOT MIX ASPHALT................................................................... ..............................48
END OF DIVISION 5..................................................................................................................52
{te"7-05 MANHOLES,INLETS,AND CATCH BASINS"17-05 MANHOLES,INLETS,
AND CATCH BASINS........................................................52
END OF DIVISION 7..................................................................................................................52
I
8-09 RAISED PAVEMENT MARKERS................................................................................54
8-14 CEMENT CONCRETE SIDEWALKS.........................................................................55
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL..............57
8-20.3(14)C Induction Loop Vehicle Detectors.......................:...............................................57
8-20.3(14)D Test for Induction Loops and Lead-in Cable......................................................57
8-22 PAVEMENT MARKING................................................................................................57
8-23 TEMPORARY PAVEMENT MARKINGS...................................................................57
8-23.5 Payment.....................................................................................................................57
8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS............58
ENDOF DIVISION 8..................................................................................................................62
DIVISION 9—MATERIALS.....................................................................................................62
i
City of Renton-2012 Street Patch And SP vi Special Provisions
Overlay With Curb Ramps June 2012
Project No.CAG-12-091
f tc"9-02 BITUMINOUS MATERL4,LS")9-02 BITUMINOUS MATERIALS
................................................................................... 62
{tc"9-02.1(10) Loop Sealant(RC)"19-02.1(10) Loop Sealant(RC)
.......................................................................................... 62
9-03 AGGREGATES.............................................................................................................. 62
9-03.8(7) HMA Tolerances and Adjustments.......................................................................62
9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS.................................63
9-05.15 Metal Castings...................
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES....................................63
9-23.9 Fly Ash(RC)....................................................... ... 63
. ...................................................
9-29 ILLUMINATION,SIGNALS,ELECTRICAL........................................................... 63
9-29.3(2)F Detector Loop Wire............................................................................................... 63
ENDOF DIVISION 9.............................................................................................................. 63
City of Renton-2012 Street Patch And SP vi Special Provisions
Overlay With Curb Ramps June 2012
Proiect No.CAG-12-0 91
SPECIAL PROVISIONS
Introduction To The Special
Provisions
(July 31, 2007APWA GSP)
Supplement
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2010 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 project-specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP,with the date of the GSP and its source,as follows:
(May 18, 2007 AP WA GSP)
(August 7, 2006 WSDOT
GSP) (******)(Special
Provision)
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways,currently adopted
edition,with Washington State modifications,if any
• Standard Plans for Road Bridge and Municipal Con struction,WSDOT/APWA,current
edition
• City of Renton Standard Details, City of Renton Public Works Department, Current
Edition
Contractor shall obtain-copies of these publications,at Contractor's own expense.
1
DIVISION 1-GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
1-013 Definitions
(September 12, 2008 APWA GSP) Revision
This Section is supplemented with the following:
All references in the Standard Specifications to the terms "State", "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 "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
I
The venue of all causes of action arising from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the Contracting
Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the 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 proposal,
from which the Contracting Agency may make a choice between different methods or material of
construction for performing the same work.
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.
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
2
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, and only
minor incidental work, replacement of temporary substitute facilities, 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.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
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.
3
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 AP WA GSP)
Before award of a public works contract,a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1)to be considered a responsible bidder and qualified to be
awarded a public works project.
1-02.2 Plans and Specifications
(October], 2005 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") 10 Furnished automatically upon
and Contract Provisions award.
Large plans (e.g., 22" x 34") 2 Furnished only upon request.
and Contract Provisions
4
I
Additional plans.and Contract Provisions may be purchased by the Contractor by payment of the
cost stated in the Call for Bids.
"1-02.5 Proposal Forms
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
At the request of a 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 prices; extensions; summations; the total bid amount;signatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda;the bidder's name, address,
telephone number,and signature;the bidder's D/M/WBE commitment,if applicable;a State
of Washington Contractor's Registration Number; and a Business License Number,if
applicable.Bids shall be completed by typing or shall be printed in ink by hand,preferably in
black ink. The required certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid.The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president(or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D/W/MBE requirements are to be satisfied through such an agreement.
1-02.6 Preparation of Proposal
(October 10, 2008 APWA GSP)
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.
1-02.6(1) Proprietary Information
(City of Renton GSP) New Section
5
1-02.6(1)is an added new section:
1-02.6(1) Proprietary Information
Vendors should, in the bid proposal, identify clearly any material(s) which constitute
"(valuable) formula, designs drawings, and research data" so as to be exempt from public
disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a
Statement of the basis for such claim of exemption. The Department (or State) will give
notice to the vendor of any request for disclosure of such information received within 5 (five)
years from the date of submission. Failure to so label such materials or failure to timely
respond after notice of request for public disclosure has been given shall be deemed a waiver
by the submitting vendor of any claim that such materials are,in fact,so exempt.,
1-02.7 Bid Deposit
(October 1, 2005 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and the
title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions;bidder must use the bond form included in the Contract
Provisions.
1-02.9 Delivery of Proposal
(January 24, 2011 AP WA GSP)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Advertisement for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery.
The Contracting Agency will not consider Proposals it receives after the time fixed for
opening Bids in the call for Bids.
6
1-02.12 Public Opening of Proposals
(City of Renton GSP) Supplement
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.
1-02.13 Irregular Proposals
(March 25, 2009 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
c. The completed proposal form contains any unauthorized additions, deletions,
alternate Bids,or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,as
required in Section 1-02.6;
h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section I-
02.6;
i. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation;or
j. More than one proposal is submitted for the same project from a Bidder under the
same or different names.
1-02.14 Disqualification of Bidders
(March 25, 2009 APWA GSP, Option B)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if
1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW
39.04.350(1),as amended;or
7
2. evidence of collusion exists with any other Bidder or potential Bidder. Participants
in collusion will be restricted from submitting further bids;or
3. 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;or
4. 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; or progress; affirmative action; equal employment
opportunity practices; termination for cause; or Disadvantaged Business Enterprise,
Minority Business Enterprise,or.Women's Business Enterprise utilization;or
5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion
of the Contracting Agency might hinder or prevent the prompt completion of the
work bid upon; or
6. the Bidder failed to.settle bills for labor or materials on past or current contracts,
unless there are extenuating circumstances acceptable to the Contracting Agency;or
7. the Bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract, unless there are extenuating
circumstances acceptable to the Contracting Agency;or
8. the Bidder is unable, financially or otherwise,to perform the work, in the opinion of
the Contracting Agency;or
9. there are any other reasons deemed proper by the Contracting Agency.
As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two
lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal
deadline, documentation (sufficient in the sole judgment of the Contracting Agency)
demonstrating compliance with all applicable responsibility criteria, including all
documentation specifically listed in the supplemental criteria. The Contracting Agency
reserves the right to request such documentation from other Bidders as well, and to request
further documentation as needed to assess bidder responsibility.
The basis for evaluation of Bidder compliance with these supplemental criteria shall be any
documents or facts obtained by Contracting Agency (whether from the Bidder or third
parties) which any reasonable owner would rely on for determining such compliance,
including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii)
information obtained directly by the Contracting Agency from owners for whom the Bidder
has worked, or other public agencies or private enterprises; and (iii) any additional
information obtained by the Contracting Agency which is believed to be relevant to the
matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing,with the reasons for its determination. If the Bidder disagrees with this
determination, it may appeal the determination within 24 hours of receipt of the Contracting
Agency's determination by presenting its appeal to the Contracting Agency. The Contracting
Agency will consider the appeal 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
8
determined to be not responsible has received the final determination.
1-02.15 Pre Award Information
(October], 2005 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. A copy of State of Washington Contractor's Registration,or
I
8. Any other information or action taken that is deemed necessary to ensure that the.
bidder is the lowest responsible bidder.
I
1-03 AWARD AND EXECUTION OF CONTRACT
{tc "1-03.1 Consideration of bids")1-03.1 Consideration of bids
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 however to award all or any schedule of a bid to the lowest bidder at its discretion.
{tc "1-03.2 Award of Contract "11-03.2 Award of Contract
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
(October 1, 2005 APWA GSP)
9
Revise this section to read:
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 (ten) 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, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide any
pre-award information the Contracting Agency may require under Section 1-02.15. Until the
Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency- furnished
sites. The Contractor shall bear all risks for any work begun outside such areas and for any
materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 10 (ten) additional calendar days for
return of the documents, provided the Contracting Agency deems the circumstances warrant
it.
1-03.4 Contract Bond
(October], 2005 APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency-furnished form;
2. Be signed by an approved surety(or sureties)that:
a. Is registered with the Washington State Insurance Commissioner,and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor)to faithfully perform the contract,or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, materialperson, or any other person who provides supplies or
10
provisions for carrying out the work;
I
5. Be accompanied by a power of attomey for the Surety's officer empowered to sign
the bond,and
6. Be signed by an officer of the Contractor empowered to sign official statements(sole
proprietor or partner). If the Contractor is a corporation,the bond must be signed by
the president or vice-president, unless accompanied by written proof of the authoritx
of the individual sigping, the bond to bind the corporation i.e., corporate resolution,
power of attomey or a letter to such effect by the president or vice-president).
f
1-04 SCOPE OF WORK
Section 1-04 is supplemented by adding the following:
The intent of the contract covered by these specifications is to provide a minimum oft inches
compacted depth of HMA Class Y2"PG 64-22 asphalt concrete pavement at various locations,
which are shown on the attached drawings. Channelization shall be installed on some of these
streets per plans. There are several streets that have areas marked in white that require patching
Utility castings shall be adiusted to the new overlay, All work required to complete the proiect
specified herein, but not specifically mentioned on the plans and specifications,shall be
performed by the contractor and shall be considered as incidental to the construction, and all
costs therefore shall be included in the unit contract price. Due to restrictions some portions of
this contract may be deleted or added
There must,at all times,be materials on the iob site to handle any and all hazardous material
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 proper cleanup and lezal disposal of
contaminated or hazardous materials.
The Contractor must contact the City's inspector by 7:00 am. each morning to inform him when
and where the contractor's crew will be working that day.
1-04.2 Coordination of Contract Documents,Plans, Special Provisions, Specifications,
and Addenda
(October], 2005 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence(e.g., 1 presiding over 2,2 over 3,3 over 4,and so forth):
11
I
1. Addenda,
2. Proposal Form,
3. Special Provisions,including APWA General Special Provisions,if they are included,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT Standard Specifications for Road,Bridge and Municipal Construction,
I
7. Contracting Agency's Standard Plans(if any) and
8. WSDOT Standard Plans for Road,Bridge,and Municipal Construction.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
(WSDOT GSP,April 7, 2008) Supplement
Section 1-05.4 is supplemented with the following:
Contractor Surveying-Roadway
Copies of the Contracting Agency provided primary survey control data are available for the
bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes,
slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing,
f paving, channelization and pavement marking, illumination and signals, guardrails and barriers,
and signing. Except for the survey control data to be furnished by the Contracting Agency,
calculations, surveying, and measuring required for setting and maintaining the necessary lines
and grades shall be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work performed on
each shift,the methods utilized,and the control oints used.The record shall be adequate to allow
P q
k the survey to be reproduced.A copy of each day's record shall be provided to the Engineer within
three working days after the end of the shift. The meaning of words and terms used in this
provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition,
published by the American Congress on Surveying and Mapping and the American Society of
Civil Engineers.
The survey work shall include but not be Iimited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting Agency,
and expand into secondary control by adding stakes and hubs as well as additional survey
control needed for the project. Provide descriptions of secondary control to the
Contracting Agency. The description shall include coordinates and elevations of all
+ secondary control points.
I2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points
on the alignments spaced no further than 50 feet.
12
3. Establish clearing limits,placing stakes at all angle points and at intermediate points not
more than 50 feet apart.The clearing and grubbing limits shall be.5 feet beyond the toe of
a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more than 50
feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite
(GPS) Machine Controls are used to provide grade control, then slope stakes may be
omitted at the discretion of the Contractor.
5. Establish the horizontal and vertical location of all drainage features,placing offset stakes
to all drainage structures and to pipes at a horizontal interval not greater than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at
the top of each course of surfacing. Subgrade and surfacing stakes shall be set at
horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections
with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius
less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway
slope changes and at additional points such that the transverse spacing of stakes is not
more than 12 feet. If GPS Machine Controls are used to provide grade control, then
roadbed and surfacing stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout the
project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying
to establish location and elevation of paving pins as they are being placed.
9. For all other types of construction included in this provision,(including but not limited to
channelization and pavement marking, illumination and signals, guardrails and barriers,
and signing) provide staking and layout as necessary to adequately locate, construct, and
check the specific construction activity.
10. The Contractor shall collect additional topographic survey data as needed in order to
match into existing roadways such that the transition from the new pavement to the
existing pavement is smooth and that the pavement and ditches drain properly. If changes
to the profiles or roadway sections shown in the contract plans are needed to achieve
proper smoothness and drainage where matching into existing features, the Contractor
shall submit these changes to the Project Engineer for review and approval 10 days prior
to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and staking data
when requested by the Engineer.
To facilitate the establishment of these lines and elevations,the Contracting Agency will provide
the Contractor with primary survey control information consisting of descriptions of two primary
control points used for the horizontal and vertical control,and descriptions of two additional
primary control points for every additional three miles of project length.Primary control points
will be described by reference to the project alignment and the coordinate system and elevation
datum utilized by the project.In addition,the Contracting Agency will supply horizontal
coordinates for the beginning and ending points and for each Point of Intersection(PI)on each
alignment included in the project.
13
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet ±0.5 feet(parallel to
alignment)
±0.1 feet(normal to
N/A alignment)
N/A ±0.1 feet
±0.01 feet ±0.04 feet
±0.5 feet
(parallel to alignment)
Slope stakes ±0.1 feet
Subgrade grade stakes set 0.04 (normal to alignment)-
feet below grade ±0.01 feet
±0.2 feet
(parallel to alignment)
Stationing on roadway ±0.1 feet
Alignment on roadway (normal to alignment)
Surfacing grade stakes
Roadway paving pins for
surfacing or paving
14
The Contracting Agency may spot-check the Contractor's surveying. These spot checks will not
change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform independent
checks from different secondary control to ensure that the paints staked are within the specified
survey accuracy tolerances. .
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify
these coordinates prior to issuing approval to the Contractor for commencing with the work. The
Contracting Agency will require up to seven calendar days from the date the data is received.
Contract work to be performed using contractor=provided stakes shall not begin until the stakes
are approved by the Contracting Agency. Such approval shall not relieve the Contractor of
responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that
are not described in the Plans, then those stakes shall be marked, at no additional cost to the
Contracting Agency as ordered by the Engineer.
Payment
Payment will be made in accordance with Section 1-04.1 for the following bid item when
included in the proposal:
"Roadway Surveying",lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment,
materials, and supervision utilized to perform the Work specified, including any resurveying,
checking, correction of errors, replacement of missing or damaged stakes, and coordination
efforts.
1-05.5 Contractor Provided As-Built Information
(City of Renton GSP) New Section
Section 1-05.5 is a new section:
1-05.5 Contractor Provided As-Built Information
It shall be the Contractor's 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.
I
It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset
and elevation each major item of work done under this contract per the survey standard of Section
1-11. Major items of work shall include but not be limited to: Manholes,Catch basins and Inlets,
Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights &
Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical
Cabinets.
After the completion of the work covered by this contract, the contractors surveyor shall provide
to the City the hard covered field book(s)containing the as-built notes and one set of white prints
15
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 books). This drawing shall bear the
surveyors seal and signature certifying it's accuracy.
All costs for as-built work shall be included in the contract item "Roadway Surveying," lump
SUM.
1-05.7 Removal of Defective and Unauthorized Work
(October], 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer,or fails to perform any part of the work required by the Contract
Documents,the Engineer may correct and remedy such work as may be identified in the written
notice, with Contracting Agency forces or by such other means as the Contracting Agency may
deem necessary.
I
If the Contractor fails to comply with a written order to remedy what the Engineer determines to
be an emergency situation,the Engineer may have the defective and unauthorized work corrected
immediately, have the rejected work removed and replaced, or have work the Contractor refuses
to perform completed by using Contracting Agency or other forces. An emergency situation is
any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially
unsafe,or might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to perform,
shall be paid by the Contractor.Payment will be deducted by the Engineer from monies due, or to
become due,the Contractor. Such direct and indirect costs shall include in particular, but without .
limitation, compensation for additional professional services required, and costs for repair and
replacement of work of others destroyed or damaged by correction, removal, or replacement of
the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided
by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to the
Contractor's failure to perform the work as required.
1-05.11 Final Inspection
Delete.this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 AP WA GSP)
16
1-05.11(1) Substantial Completion Date
(October 1, 2005APWA GSP)
When the Contractor considers the work to be substantially complete,the Contractor shall so
notify the Engineer and request the Engineer establish the Substantial Completion Date. The
Contractor's request shall list the specific items of work that remain to be completed in order
to reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally. 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 acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
17
r-
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 Iighting, electrical distribution or signal systems;.irrigation
systems; buildings; or other similar work it may be desirable for the Engineer to have the
Contractor operate and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and
following the test period,the Contractor shall correct any items of workmanship,materials,or
equipment which prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested during this period
shall be tested under the observation of the Engineer, so that the Engineer may determine
their suitability for the purpose for which they were installed. The Physical Completion Date
cannot be established until testing and corrections have been completed to the satisfaction of
the Engineer.
The costs for power, gas, Iabor,material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system
being tested,unless specifically set forth otherwise in the proposal.
Operational and test periods,when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the contract.
1-05.11(3) Operational Testing
(City of Renton GSP) Supplement
Section 1-05.11(3)is supplemented as follows:
Unless otherwise noted in the Contract Documents,Contractor shall give Engineer a minimum of
3 working days' notice of the time for each test and inspection. If the inspection is by another
authority than Engineer, Contractor shall give Engineer a minimum of-3 working days' notice of
the date fixed for such inspection. Required certificates of inspection by other authority than
Engineer shall be secured by Contractor.
1-05.13 Superintendents,Labor and Equipment of Contractor
(March 25, 2009 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to
Section 1-02.14,it will take these performance reports into account.
1-05.14 Cooperation With Other Contractors
(Special Provision) Supplement
Supplement Section 1-05.14 with the following:
18
The Contractor shall coordinate with King County Metro Transit when working on this project in
the public right-of-way and when impacting transit routes and/or facilities. The Contractor shall
prepare and submit the appropriate construction notification documentation for King County
Metro Transit and provide copies of such documentation to the Engineer. The documentation
may be found at:
http://www.kin cg_ounty.gov/transportation/kcdot/MetroTransit/Constraction.aspx
1-05.15 Method of Serving Notices
(Special Provision) Revise
Revise the second paragraph to read:
All correspondence .from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
dispute, or other correspondence constituting`notification required to be furnished under the
Contract, shall be in Qaner format, hand delivered or sent via mail delivery service to the
Project Engineer's office. Electronic copies such as 9-mails or electronically delivered copies
of correspondence will also constitute such notice and shall comply with the requirements of
the Contract.
1-05.16 Water and Power
(October 1, 2005 APWA'GSP) New Section
The Contractor shall make necessary arrangements,and shall bear the costs for power and water
necessary for the performance of the work, unless the contract includes power and water as a pay
item.
1-05.17 Oral Agreements
(October 1, 2005 AWPA GSP) 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.
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
(Special Provision) Supplement
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
include the quantity, manufacturer and model number, if applicable, of materials and equipment
to be installed under the Contract. This list will be checked by Engineer as to conformity with the
19
Contract Documents. Engineer will review the lists within 10 working days, noting required
corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer
within one week after receipt of required corrections. Engineer's review and acceptance of the
lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor
for deviations from the Contract Documents.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 AP WA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973(WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any .damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the.project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously,and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project site.
1-07.2 Sales Tax
Delete this section,including its sub-sections,in its entirety and replace it with the following:
1-07.2 Sales Tax
(January 24, 2011 AP WA GSP)
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1-07.2(1)through 1-07.2(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
20
bid prices or other contract amounts. In some cases, however, state retail sales tax will
not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will
pay the retained percentage only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract-related taxes have been paid
(RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor
any amount the Contractor may owe the Washington State Department of Revenue, whether
the amount owed relates to this contract or not. Any amount so deducted will be paid
into the proper State fund.
1-07.2(1) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as a part of the street or road
drainage system and power lines when such are part of the roadway lighting system. For
work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment,or supplies used or consumed in
doing the work.
1-07.2(2) State Sales Tax—Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures,upon real property. This includes,but is not limited to
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone,telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads,unless such power lines become a part of a street or road lighting system;and.
installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases,the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not include
the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule
170,with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in the
unit bid item prices or in any other contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
21
1-07.7 Load Limits
(WSDOT GSP,March 13, 1995) Supplement
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitates hauling over roads other than
State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the
use of the haul routes.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
(Special Provision) Modification
Delete the second paragraph of this section,and replace with the following:
Contractor shall bear the risk of loss or damage, for any reason, to all finished or partially
finished work until Final Acceptance of the entire Contract. This includes all vandalism,
theft,and acts of God or nature.
1-07.15 Temporary Water Pollution/Erosion Control
(Special Provision) Supplement
In accordance with the Department of Ecology guidelines, wastewater from cement concrete,
masonry, asphalt concrete cutting or any other operations shall not be discharged into storm
drainage systems or surface waters. Wastewaters from cutting operations increase the pH of
streams and lakes. Therefore,filtering prior to discharge is NOT acceptable.
Wastewater shall be collected using a vacuum or pump and deposited into drums for disposal.
Impervious surfaces contaminated with sediment and grit from cutting, planning or pulverizing
operations shall be cleaned to prevent contaminants from ever entering the storm drainage system
or surface waters.
The Temporary Erosion and Sediment Control Plan shall be incorporated in the Erosion/Water
Pollution Control bid item and no additional payment shall be made.
1-07.15(1) Spill Prevention,Control and Countermeasures Plan
(Special Provision) Supplement
The Contractor shall provide a spill prevention, control and countermeasures(SPCC) plan that is
applicable to any Contractor-supplied equipment or materials used during the course of this
project.An SPCC plan template is show at the following website:
22
hqp://www.wsdot.wa.gov/NR/rdonlyres/3E7B226B-3C79-4CFF-933A-
F5ED 1922AEB0/0/SPCCP1anTemplate.pdf
1-07.17 Utilities and Similar Facilities
(WSDOT GSP,April 2,2 00 7) Supplement
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering,measuring,or other verification.The
following addresses and telephone numbers of utility companies known or suspected of
having facilities within the project limits are su lied for the Contractor's convenience:
Verizon
Contact: Michael Fullmer
Verizon Services Operations Renton—Fire Dept.
11311 NE 120th St Contact: Corey Thomas
Kirkland,WA 98034 Phone: 425430-7024
Phone: 206-409-1260
AT&T Renton—Information Services
(Fiber Optic in City ROW) (City owned Fiber Optic)Contact:
Contact: Daniel McGeough Ron Hansen
AT&T Cable Maintenance Renton City Hall—I st Floor
11241 Willows Rd NE,Suite 130 1055 South Grady Way
Redmond,WA 98052 Renton,WA 98057
Phone: 425-896-9830 Phone: 425-430-6873
Century Link Renton—Surface water/Wastewater Dept.
Contact: Tiffany Kuhn Contact: Richard Marshall or Stan Job Field
23315 66th Ave S
Maintenance Shops-
Kent,WA 98032 3555 NE 2nd Street
Renton,WA 98056
Phone: 253-372-5445
Phone: 425-430-7400
Comcast Cable Renton — Water Maintenance Dept.
Contact: Bill Walker Contact: George Stahl or Ray Sled
4020 Auburn Way N Field Maintednance Shops
Auburn,WA 98002 3555 NE 2 Street
Phone: 253-288-7538 ' Renton,WA 98056
Cells 206-255-6975 Phone: 425-430-7400
Puget Sound Energy-Power
Contact: Kathy Johnson
Municipal Construction Planning Dept.PO Renton—Police Dept.
Box 97034 EST-11 W Contact: Kevin Milosevich,Chief
Bellevue,WA 98009 Phone: 425430-7503
Phone: 425-462-3381
Cell: 206-240-2482
Puget Sound Energy—Gas 360 Networks
Pilchuck Contact: Joe Bangah
PO Box 2579 2101 4th Ave Suite 2000
Kirkland,WA 98083-2579 - Seattle,WA 98121
Phone: 425-952-6235 Ext 156 Phone: 206-612-1073
23
Comcast Cable King County Metro
Contact: Bill Walker Contact: Richard Garcia or Jim
4020 Auburn Way North Kost
Auburn,WA 98002 1270 6th Ave South,MS-QS
Phone: 206-255-6975 Peattle,WA 98134
Public and private utilities, or their Contractors,will furnish all work necessary to adjust, relocate,
replace, or construct their facilities unless otherwise provided for in the Plans or these Special,
Provisions. Such adjustment, relocation, replacement, or construction will be done during the
prosecution of the work for this project. However, no impacts to any franchise utilities are
anticipated with this project.
1-07.17(3) Interruption of Services
(City of Renton GSP) New Section
Section 1-07.17(3)is an added new section:
1-07.17(3) Interruption of Services
Overhead lighting outages shall not exceed 24 hours. All cost to 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.
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
New
tc "1-07.18 Public Liability and Property Damage Insurance "11-07.18 Public
iability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
{tc "1-07.18(1) General "}1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date,public liability and property damage insurance with an insurance
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.
The _coverage shall protect against claims for bodily injuries, personal injuries, including
accidental death, as well as claims for property damages which may arise from any act or
omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed
by either of them.
24
If warranted work is required the Contractor shall provide the City proof that insurance
coverage and limits established under the term of the Contract for work are in full force and
effect during the period of warranty work.
The Contracting Agency may request a copy of the actual' declaration pages(s) for each
insurance policy effecting coverage(s) required on the Contract prior to the date work
commences.
Failure of the Contractor to fully comply during the term of the Contract with the,requirements
described herein will be considered a material breach of contract and shall be caused for
immediate termination of the Contract at the option of the Contracting Agency.
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.
{tc "1-07.18(2) Coverages "11-07.18(2) Coverages
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the ContractingAgency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an 'occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a- minimum A.M. best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII,the City may
make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies),terms, conditions,and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these
requirements will be considered a material breach of contract and shall be cause for immediate
termination of the contract at the option of the City.
The.Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton'shall not be deemed or construed to
have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its
own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader
coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable)
• Explosion,Collapse, and Underground Hazards.
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which.includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
25
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
C. Workers'Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. Umbrella Liability(when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability-(whenever the work under this Contract includes Professional
Liability, including Advertising activities) the (CONTRACTOR) shall maintain
professional liability covering wrongful acts, errors and/or omissions of the
(CONTRACTOR,) for damage sustained by reason of or in the course of operations
under this Contract.
F. Pollution Liability - the City may require this coverage whenever work under this
Contract involves pollution risk to the environment. This coverage is to include
sudden and gradual coverage for third party liability including defense costs and
completed operations.
Contractor shall name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall
provide City of Renton Certificates of Insurance prior to commencement of work. The City
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
appropriate.Further,all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or
self-insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause(Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured.'s
with written notice of any policy cancellation, within two business days of their
receipt of such notice.
E. 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.
{tc "1-07.18(3) Limits ")1-07.18(3) Limits
LIMTTS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor
from liability in excess of such limits. The Contractor shall carry the following limits of
liability as required below:
Commercial General Liabilitv
General Aggregate* $2,000;000 **
Products/Completed Operations $2,0005000 **
Aggregate
Each Occurrence Limit $1,000,000
26
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments.(Any One $5,000..
Person)
Stop Gap Liability $1,000,000
*General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers'Compensation
Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations $1,000,000
Aggregate
Professional LiabilibL(If
required)
Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
Pollution Liability(If required)
to apply on a per project basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to
two(2)years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in the event any general
aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's
expense to comply with the minimum limits and requirements as stated above and shall furnish
to the CITY OF RENTON a new certificate of insurance showing such coverage is in force.
27
{tc "1-07.18(4) Evidence of Insurance:")1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract,the Contractor shall provide evidence of insurance by
submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or
equivalent)conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3)
as revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter
of information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the .
company, its agents or representatives".
C. Amend the cancellation clause to state: "Should any of the above described
policies be cancelled before the expiration date thereof, notice will be delivered
in accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
above,the City will accept a written agreement that the consultant's broker will provide
the required notification.
I
1-07.23(1) Construction Under Traffic
(Special Provision) Supplement
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 on
any street which is utilized by his equipment for the duration of the project. The Contractor shall
be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed
necessary by the Engineer,to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the lump sum bid item,Erosion/Water
Pollution Control,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.
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 Contractor.
One lane shall be provided in each direction for all streets during at all times.
Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways,businesses, and buildings within and adjacent to the of Work zone
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.
All unattended excavations shall be properly barricaded and covered at all times. 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 Contractor's expense, except in areas where the
roadway remains closed to public traffic. Steel plates must be anchored.
28
1-07.23(1) Construction Under Traffic
(WSDOT GSP,April 2, 200 7) Supplement
Section 1-07.23(1)is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ
applies only to temporary roadside objects introduced by the Contractor's operations and does not
apply to preexisting conditions or permanent Work. Those work operations that are actively in
progress shall be in accordance with adopted and approved Traffic Control Plans, and other
contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless they are
protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete
barrier shall be permitted only if the Engineer approves the installation and location.
During actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the WZCZ and only construction vehicles absolutely
necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the
shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to
park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has requested the
deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be determined
as follows:
Distance From
Posted Speed Traveled Way
(Feet)
35 mph or less 10*
40 mph 15
45 to 55 mph 20
60 mph or greater 30
*or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance.
Lane Closure Restrictions
(WSDOT GSP,August 7, 2006)
Lane closures are subject to the restrictions as specified in Section 1-08.0(2).
i
29
If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may
adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in
the closure hours.
No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM(noon)on a
day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend.
1-07.24 Rights of Way
(October], 2005 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 in
the Plans. The Contractor's construction activities shall be confined within these limits, unless
arrangements for use of private property are made.
Generally,the Contracting Agency will have obtained,prior to bid opening, all rights of way and
easements, both.permanent and temporary, necessary for carrying out the work. Exceptions to
this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly
issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of way,
the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement
obtained by the Contracting Agency from the owner of the private property. Copies of the
easement agreements may be included in the Contract Provisions or made available to the
Contractor as soon as,practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,these areas are
so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas
where right of way, easements or rights of entry have not been acquired until the Engineer
certifies to the Contractor that the right of way or easement is available or that the right of entry
has been received. If the Contractor is delayed due to acts of omission on the part of the
Contracting Agency in obtaining easements,rights of entry or right of way, the Contractor will be
entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of
contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any, additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using
any private property, whether adjoining the work or not, the Contractor shall file with the
Engineer a written permission of the private property owner, and, upon vacating the premises, a
written release from the property owner of each property disturbed or otherwise interfered with
by reasons of construction pursued under this contract. The statement shall be signed by the
private property owner, or proper authority acting for the owner of the private property affected,
stating that permission has been granted to use the property and all necessary permits have been
30
i
obtained or, in the case of a release, that the restoration of the property has been satisfactorily
accomplished. The statement shall include the parcel number, address, and date of signature.
Written releases must be filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
1-08 Prosecution and Progress
Add the following new section:
1-08.0 Preliminary Matters
(May 25,2006 AP WA GSP) New
1-08.0(1) Preconstruction Conference
(October 10, 2008 AP WA GSP) New
Prior to the Contractor beginning the work, a preconstruction conference shall be held between
the Contractor,the Engineer and such other interested parties as may be invited. A minimum of
five (5) working days notice is required for scheduling. The purpose of the preconstruction
conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals,etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control;and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals;
3. A list of material sources for approval if applicable;and
4. .An approved Traffic Control Plan.
In addition, the Contractor shall be prepared for a thorough discussion and review, as well as
revision,which may be deemed necessary in the opinion of the Engineer,of the following:
• Contractor's plan of operation and progress schedule to be submitted **7 working
31
days"prior to the preconstruction meeting(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)
• 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)
• Traffic Control Plans(3+copies)
• Spill Prevention Control and Countermeasures Plan & Temporary Water
Pollution/Erosion Control Plan(3+copies)
The franchise utilities may be present at the preconstruction conference,and Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.0(2) Hours of Work
(May 25, 2006 APWA GSP)
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.
The hours of work in the street right-of-way shall be limited to 8:30a.m. to 3:30 p.m. on
weekdays unless otherwise approved in writing by the Public Works Department at (425) 430-
7301. The Police Department, Fire Department and 911 shall be.notified 24 hours in advance of
any work in the right-of-way.
If the Contractor desires to perform work on holidays, Saturdays,Sundays, or before 7:00 a.m. or
after 6:00 p.m. on any day;the Contractor shall apply in writing to the Engineer for permission to
work such times.. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00
p.m. is not required. 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.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between
the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise
control requirements. Approval to continue work during these hours may be revoked at any time
the Contractor exceeds the Contracting Agency's noise control regulations or complaints are
32
received from the public or adjoining property owners regarding the noise from the Contractor's
operations. The Contractor shall have no claim for damages or delays should such permission be
revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight
time working hours Monday through Friday may be given subject to certain other conditions set
forth by the Contracting Agency or 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 costs in
excess of straight-time costs for Contracting Agency employees who worked during such times,
on non Federal aid projects; considering the work performed on Saturdays, Sundays,and holidays
as working days with regards to the contract time; and 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 Contracting Agency's material testing lab; 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
(May 25, 2006APWA GSP)
Add the following new section:
Where the Contractor elects to work on a Saturday, Sunday, or 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. In such case, the Contracting
Agency may deduct from amounts due or to become due to the Contractor for the costs in excess
of the straight-time costs for employees 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 to the Contractor.
1-08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 APWA GSP)
Revise this section to read: t
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 ivg en 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.
1-08.5 Time for Completion
(Special Provision) Replacement
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
33
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,and shall end on the Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a'day on which the contract specifically
suspends work,or one of these holidays:January 1,third Monday of January,Memorial Day,July
4, Labor Day, November 11, Thanksgiving Day,the day after Thanksgiving,and Christmas Day.
The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday.
The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday,
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 which,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 nonworking day or an Engineer determined unworkable
day.If Substantial Completion has been granted and all the authorized working days have been
used,charging of working days will cease.
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
nonworking 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
approvedprogress 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.
The Contractor shall complete all work within ***seventy (70)*** working days after receipt of
written Notice to Proceed.
1-08.7 Maintenance During Suspension
(October 1, 2005 AP WA GSP)
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, and path for public use
during suspension (as required in Section 1-07.23 or the Special Provisions). This may
34
include a temporary road or detour.
1-08.9 Liquidated Damages
(Special Provision) Supplement
Section 1-08.9 is supplemented as follows:
In addition,Contractor shall compensate Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such
labor costs will be billed to Contractor at actual costs,including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs,
including reasonable attorneys fees,from Contractor.
{tc "1-08.11 Contractor's Plant and Equipment "11-08.11 Contractor's Plant and
Equipment
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 contractor's operations have commenced until final acceptance of the work by
the engineer and the Owner. The contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the
protection of the site and his plant and equipment. The Owner will be provided keys for all fenced,
secured areas.
Section 1-08.12 is a new section:
�tc "1-08.12 Attention to Work "11-08.12 Attention to Work
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
{tc "1-09.1 Measurement of Quantities "11-09.1 Measurement of Quantities
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
35
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered work changes.
Cubic Yard Quantities. 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 Engineer, and there shall be no
duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1. Truck number
2. Quantity and type of material delivered in cubic yards
3. Drivers name,date and time of delivery
4. Location of delivery,by street and stationing on each street
5. Place for Engineer to acknowledge receipt
6. Pay item number
7. Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to 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 Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be 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 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 truck load weight in tons(stamped at source)
4. Net load weight(stamped at source)
5. Driver's name,date,and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
{tc "1-09.3 Scope of Payment "11-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment" clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when the
Contractor performs the specified Work. Should a Bid Item be listed in a "Payment' clause but not
in the Proposal Form, and Work for that item is performed by the Contractor and the work is not
stated as included in or incidental to a pay item in the contract and is not work that would be
required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will
be made as for Extra Work pursuant to a Change Order.
36
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal
Form requires that said unit Bid Item price cover and be considered compensation for certain work
or material essential to the item, then.the work or material will not be measured or paid for under
any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment"clause of any particular Section of the
Specifications shall be considered as including all of the Work required, specified, or described in
that particular Section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid'form. When items are to be "furnished" under one payment item and
"installed" under another payment item, such items shall be furnished FOB project site, or, if
specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or
"furnished and installed" under these conditions, shall be the responsibility of the Contractor with
regard to storage until such items are incorporated into the Work or, if such items are not to be
incorporated into the work, delivered to the applicable Contracting Agency storage site when
provided for in the Specifications. Payment for material "furnished," but not yet incorporated into
the Work,may be made on monthly estimates to the extent allowed.
1-09.6 Force Account
(October 10, 2008 APWA GSP) Supplement
Section 1-09.6 is supplemented as follows:
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items
to be paid per force account, only to provide a common proposal for Bidders. All such dollar
amounts are to become a part of Contractor's total bid. However, the Contracting Agency does
not warrant expressly or by implication that the actual amount of work will correspond with those
estimates. Payment will be made on the basis of the amount of work actually authorized by
Engineer.
1-09.7 Mobilization
(Special Provision) Supplement
This section is supplemented with the following:
Mobilization shall include, but not be limited to, the following items: the movement of the
Contractor's personnel,equipment, supplies, and incidentals to the project site; the establishment
of his office, buildings, and other facilities necessary for work on the project; providing sanitary
facilities for the Contractor's personnel; obtaining permits or licenses required to complete the
project not furnished by the City; and other work and operations which must be performed or
costs that must be incurred.
Payment will be made for the following item:
37
"Mobilization,"per lump sum.
Section 1-09.7 is supplemented as follows:
Sanitation
Portable toilet facilities
The Contractor shall furnish portable toilet facilities, at his expense.
The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any
accommodations for the Contractor and Owner employees that are necessary to comply with the
requirements and regulations of the State of Washington Department of Social and Health Services
and other agencies. The Contractor shall commit no public nuisance, keep all sites clean, dispose
of all refuse in a proper manner and leave the Project Site in a neat and sanitary condition.
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 Contractor's personnel; and obtaining permits or licenses required to complete the
project not furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working n the 'obsite; and a table and
g J _
chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization,"Lump Sum.
1-09.9 Payments
(October 10, 2008APWA GSP)
Revise the.first paragraph to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment. For items Bid as lump sum, with a bid price of more
than or equal to $20,000,the Contractor shall submit a breakdown of their lump sum price in
sufficient detail for the Project Engineer to determine the value of the Work performed on a
monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than
the date of the preconstruction conference.
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at the
preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor.
commences-the work, and successive progress estimates will be made every month thereafter
until the Completion Date. Progress estimates made during progress of the work are
tentative, and made only for the purpose of determining progress payment. The progress
estimates are subject to change at any time prior to the calculation of the Final Payment. The
value of the progress estimate will be the sum of the following:
38
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 — partial payment for lump sum Bid items
will be a percentage of the price in the Proposal based on the Engineer's
determination of the amount of Work performed,with consideration given to, but
not exclusively based on,the Contractor's lump sum breakdown 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. The
determination of payments under the contract will be final in accordance with Section 1-05.1.
Payments will be made by warrants, 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.
Section 1-09.9 is supplemented as follows:
Furnishing portable toilets shall be considered incidental to the project and no additional
compensation shall be made.
1-09.13(3)A Administration of Arbitration
(October 1, 2005 APWA GSP)
Revise the third paragraph to read:
I
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 are located. 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.
1-10 TEMPORARY TRAFFIC CONTROL
39
1-10.2(2) Traffic Control Plans
(City of Renton GSP) Supplement
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 plan and take prompt action to correct any problems that become evident
during operation.
Traffic.control plans for work within WSDOT limited access will be subject to WSDOT review
prior to implementation. WSDOT review of traffic control plans may take up to 20 (twenty)
working days.
Traffic Control Plans shall be submitted prior to or at the preconstruction meeting.
Section 1-10 is supplemented by adding the following:
Notifications
The Contractor shall be responsible for delivering notification twice to all properties that front
on, or access from,any street on which the asphalt concrete is to be applied The first
notification shall be made approximately one week prior to the day the work is scheduled to
begin on the street and the second shall be made twenty-four hours(24 hours)prior to the
beginning of work.
The City shall supply the Contractor with sufficient Quantities of standard notification forms
that the Contractor shall fill out with the specific location and times for each location prior to
issuing the notices to fronting/accessing properties.
All work and materials associated with the notification procedures shall be incidental to the
contract lump sum price for "Project Temporary Traffic Control"
On streets to be overlaid, the Contractor shall post "No Parking"signs a minimum of 72 hours
in advance of the work taking place. The signs shall specify the date and hours that the parking
restrictions will be in effect and the name of the contractor and phone number are clearly visible
on the sign. The Contractor shall assure that prior approval for the parking restrictions has
been obtained from the City of Renton Department of Public Works Transportation Systems
Division.
40
The Contractor shall be responsible for coordinating with the City's inspector and/or Police
Department if the need arises to tow any vehicle(s) violating a posted "No Parking"sign._
However.the Contractor shall first make an effort to contact the vehicle owner if it is likely the
owner lives in the area.
Detailed Tra,fic control plans shall be required by the Contractor for some streets prior to
paying.
The Contractor shall provide and use sufficient traffic control equipment and trained personnel
at all times. The Federal Highway Administration's Manual On Uniform Traffic Control
Devices for streets and highways.2009 Edition,shall be the guideline used to determine
adequate traffic control Proper traffic control and safety procedure will be used during all
Phases of the work,to include utility adjustments.
All work on this contract shall be performed between the off-peak traffic hours of 8:00 a.m. and
4.00 p.m., unless otherwise approved by the engineer.
1-10.3 Traffic Control Labor,Procedures and Devices
(City of Renton GSP) Supplement
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 Engineer. Barricades shall also be equipped with flashers.
1-10.3(1)C Uniformed Police Officer
(Special Provision) New Section
The Contractor shall arrange for uniformed police officers to be present for flagging traffic when
construction affects traffic at any signalized intersection within the project limits.
1-10.3(3)A Construction Signs
(City of Renton GSP) Revision
Section 1-10.3(3)paragraph 1 is revised as follows:
41
All signs required by the approved traffic control plan(s)as well as any other appropriate signs as
deemed necessary by the Engineer, or required to conform with established standards, will be
furnished by the Contractor.
Section 1-10.3(3)paragraph 4 is revised as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs to provide set-up, maintenance, relocation, and removal of Class A or Class B
construction signs shall be included in the lump sum contract price of Project Temporary Traffic
Control of the work in the bid proposal.
1-10.5 Payment
(Special Provision) Supplement
Payment will be made for the following bid items:"Project Temporary Traffic Control,"per lump
sum. The lump sum Contract payment shall be full compensation for all costs incurred by
the Contractor in performing the Contract Work defined in Section 1-10 and the Special
Provisions herein,including Uniformed Police Officers as necessary.
1-11 RENTON SURVEYING STANDARDS
(City of Renton GSP) New Section
The following is an added new section with new subsections:
1-11.1(1) Responsibility for surveys
(City of Renton GSP) New Section
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 baselines 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
42
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 bench marks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and
the subdivision of the applicable quarter section.
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
43
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.1-11.10
Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non-single.family building. Control or Base Line Surveys shall consist of such
number of permanent monuments as are required such that every structure may be observed for
staking or "as-builting" while occupying one such monument and sighting another such
monument. A minimum of two of these permanent monuments shall be existing monuments,
recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy
each monument in turn,and shall satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.'North
orientation should be clearly presented and the scale shown graphically as well as noted. The
drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
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 bench marks shall satisfy all applicable requirements of
section 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
must be complete to insure both recoverablilty and positive identification on recovery.
1-11.1(8) Radial and Station--Offset Topography
44
Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
. I
i
45
All points occupied or back sighted in developing radial topography or establishing baselines for
station—offset topography shall meet the requirements of section 1-11.1 herein.
The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1) spirit..leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
with elevation differences determined in at least two directions for each point and with misclosure
of the circuit not to exceed 0.1 feet.
1-11.1(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 1-1.1.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g., the front
corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot
line to a tack in lead in the curb. The relationship between the witness monuments and their
respective corners shall_be shown or described on the face of the plat or survey of record, e.g.,
"Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of
said line with the curb." In all other cases the corner shall meet the requirements of section 1-
11.2(1)herein.
46
it
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 with in 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 by WSDOT 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 WSDOT Standard Plan A-10.30-00
with the cap labeled"MON".
1-11.5 Payment
Any additional work required by this section shall be included in the lump sum contract price for
"Roadway Surveying."
END OF DIVISION 1
i
I
47
{tc "2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS'"}2-02
REMOVAL OF STRUCTURE AND OBSTRUCTIONS
Section 2-02 is revised supplemented as follows:
General Requirements
The Contractor shall remove all plastic traffic buttons and all thermoplastic markings from the
roadway surface and area must be swept clean prior to application of the tack coat for
overlay.
{tc "2-02.3(3) Removal of Pavement,Sidewalks,and Curbs 172-02.3(3) Removal of Pavement,
Sidewalks,and Curbs .
Section 2-02.3(3) is revised and supplemented as follows:
Item "1." Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul
broken-up pieces to some off-project site.
The section 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 mix
asphalt concrete patch shall be required. Temporary patching shall be placed to a
minimum depth of 2 inches immediately after backfilling and compaction are complete,
and before the road is opened to-traffic. MC cold mix or MC hot mix shall be used at
the discretion of the Engineer.
Section 2-02.4 replaces the existing vacant section:
itc "2-02.4 Measurement"}2-02.4 Measurement
Sawcutting existing cement and asphalt concrete pavements shall be measured by the
linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for
separate payment, but shall be included in other items of Work.
(tc "2-02.5 Payment')2-02.5 Payment
Section 2-02.5 is supplemented by adding:
The removal and disposal of plastic traffic buttons and thermoplastic markings shall be considered
incidental to the project and no additional compensation shall be made.
"Saw Cutting", per Lineal Foot.
"Remove Sidewalk", per Square Yard.
"Remove Curb and Gutter", per Lineal Foot.
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
'Remove existing ," per
All costs related to the removal and disposal of structures and obstructions including saw
cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and
City of Renton— 2012 Street Patch And SP 48 Special Provisions
Overlay With Curb Ramps June 2012
included in other items unless designated as specific bid items in the proposal. If
pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as
separate pay items, their removal will be paid for as part of the quantity removed in
excavation. If they are mentioned as a separate item in the proposal, they will be measured
and paid for as provided under Section 2-02.5, and will not be included in the quantity
calculated for excavation.
END OF DIVISION 2
5-04 HOT MIX ASPHALT
5-04.3(5) Conditioning of Existing Surface
Section 5-04.3(5) is supplemented by adding:
The Contractor shall maintain existing surface contour during overlay, unless otherwise
instructed by City engineer.
Some streets may require some pre-levelina,at the discretion of the City's inspector.
"Thickened edges"may be required on some streets.
5-04.3(5)A Preparation of Existing Surfaces
Section 5-04.3(5)A is supplemented by adding:
The Contractor shall provide their own mechanical sweeping equipment. The sweeper will be on
the proiect prior to the start of paving. to insure the streets to be paved are clean before the tack
coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean
the streets behind the empty trucks that have dumped their loads into the paving machine.- The
sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine
is "walked"from one site to another, the sweeper must sweep up behind the paving machine.
The sweeper shall not leave the overlay site until given permission by the City's inspector.
I
All utilities shall be painted with a biodegradable "soap"to prevent the tack and ACP from
stickina to the lids. Diesel shall not be used. After the application of soap,catch basins must be
covered to prevent tack and ACP from setting into catch basin.
City of Renton— 2012 Street Patch And SP 49 Special Provisions
Overlay With Curb Ramps June 2012
i
Preparation of existing surface shall be done as outlined in this section and a tack coat shall be_
applied at the rate of 0.02 to 0.08 gallons per square Yard. Payment for preparation of the
surface and application of the tack coat shall be considered incidental to the paving and no
separate payment shall be made.
All overlay ends and edges shall be sealed within five days following the completion of the
overlay.
The Contractor shall locate all utilities for access immediately after overlay and mark the location
by means of painting a circle around the location and scooping a portion of asphalt 4"-6"in
diameter and the depth of the overlay from the center of the utility location.
The Contractor shall locate and completely expose gas and water valves for access immediately
after final rolling.
The day following the start of application of ACP, utility adiustments must begin. The Contractor.
shall have an adiustment crew adjusting utilities every workable working day until adiustments
are complete.
During the adjustment of any utility,existing concrete bricks or grouting material that has been
broken or cracked shall be removed and replaced at the Contractor's expense.
Utility adiustment shall be made per contract with respect to materials and methods except for
revisions approved in the field by the City inspector.
Utility patches shall be sealed weekly.
Utility adiustments must be completed 15 working days after overlay is complete,and within the
specified working days.
Payment for utility adiustments includes all labor,materials,tools,and equipment necessary to
complete the adiustments(including asphalt concrete pavement!.
City of Renton— 2012 Street Patch And SP 50 Special Provisions
Overlay With Curb Ramps June 2012
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
I
1. Nonstatistical HMA Evaluation. The contractor shall submit a certification
that the mix design submitted meets the requirements of Sections 9-03.8(2) and
9-03.8(6). The contractor must submit the mix design using DOT Form 350-042
EF. Verification of the mix design by the Contracting Agency is not needed. The
Project Engineer will determine anti-strip requirements for the HMA.
The mix design will be the initial job mix formula (JMF) for the class of mix.
Any additional adjustments to the JMF will require the approval of the Project
Engineer and may be made per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or
commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA
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
as approved by the Project Engineer. Sampling and testing of HMA accepted by
commercial evaluation will be at the option of the 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.
Item 7 is deleted
5-04.3(9)Spreading and finishing
Section 5-04.3(55)is supplemented by adding:
The Contractor shall maintain a straight edge on mat,where there is no gutter-line,to a±2" per
100 linear feet tolerance. The Contractor may be required to pull a string line and paint a line as a
guide.
During overlay procedure,driveways and connecting streets shall be tied to new mat by means of
adding additional material and "FEATHERING"the edge. All material raked off shall be removed
from site.
City of Renton— 2012 Street Patch And SP 51 Special Provisions
Overlay With Curb Ramps June 2012
The work under this overlay contract shown on Mdy#3 at 156 A SE.shall not start until the
water main is installed by Kina County District#90. The water main installation is schedule to be
completed the first week of August 2012.
Water District#90 is responsible to nay for 2"of the 3"overlay on the east side of 156th Ave SE.
in Schedule"A",because they are installing a new water main. The City of Renton,through this
contract will pay for an additional 1"of the east side and all 3"of the west side in Schedule"B'.
5-04.3(14) Planing Bituminous Pavement
5-04.3(14)is supplemented with the following:
Areas for cold-planing will be marked out by the Engineer in the field and also shown typical in the
standard plan.
May#6,the alleys shall be around 4"deep and Paved with 4"of HMA in two 2"lifts.
Mao#5, 105 Av S.Esha/1 be ground 4"deep and paved with 4"of HMA in two 2"lifts.
Man#2,some areas shall be around down 4"deep and paved with 4"of HMA in two 2"lifts,
These areas are not listed on the patch spreadsheets and are curb to curb areas. This shall be
paid out of bid items#5 and#6 in Schedule'B'
"4.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed
based on Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor"f'
All aggregate passing: 1 Yen, 1", 3/",
%", 3/8"and No. 4 sieves 2
All aggregate passing No. 8, No 16,
No. 30, No. 50, No. 100 3
All aggregate passing No. 200 sieve 20
Asphalt binder 52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of
HMA and for the asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical
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
City of Renton— 2012 Street Patch And SP 52 Special Provisions
Overlay With Club Ramps June 2012
evaluation. When one or more constituents fall outside the nonstatistical
acceptance tolerance limits in Section 9-03.8(7), 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 street shall be
tested to provide a minimum of three sets of results for evaluation.
2. 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 acceptance tolerance limits in Section 9-03.8(7), the lot shall
be evaluated 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 produced under Nonstatistical or Commercial Evaluation when
the calculated CPF is less than 1.00, a .Nonconforming Mix factor (NCFM) will be
determined. THE NCFM 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 the
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.
5-04.5(1)A Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
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 the NCFF, the quantity of HMA in the lot in tons and the unit
contract price per ton of the mix.
END OF DIVISION 5
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
7-05.3(l) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with:
Where shown in the Plans or where directed by the Engineer, the existing manholes,
catch basins, or inlets shall be adjusted to the grade as staked or otherwise
designated by the Engineer.
City of Renton— 2012 Street Patch And SP 53 Special Provisions
Overlay With Curb Ramps June 2012
The existing cast iron ring and cover on manholes and the catch basin frame and
grate shall first be removed and thoroughly cleaned for reinstalling at the new
elevation. From that point, the existing structure shall be raised or lowered to the
required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting
cover and casting to a finished grade as shown on the construction plans, Manhole
ring and covers shall be.adjusted to the finished elevations per standard detail BR29,
SP Page 8074, prior to final acceptance of the work. Manholes in unimproved areas
shall be adjusted to 6" above grade.
In unpaved streets: Manholes, catch basins and similar structures in areas to be
surfaced with crushed rock or gravel shall be constructed to a point approximately
eight inches below the subgrade and covered with a temporary wood cover. Existing .
manholes shall be cut off and covered in a similar manner. The contractor shall
carefully reference each manhole so that they may be easily found upon completion of
the street work. After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the roadway surface.
Excavation necessary for bringing manholes to grade shall center about the manhole
and be held to the minimum area necessary. At the completion of the manhole
adjustment, the void around the manhole shall be backfilled with materials which result
in the section required on the typical roadway section, and be thoroughly compacted.
In cement concrete pavement: Manholes, catch basins and similar structures shall be
constructed and adjusted in the same manner as outlined above except that the final
adjustment shall be made and cast iron frame be set after forms have been placed
and checked. In placing the concrete pavement, extreme care.shall be taken not to
alter the position of the casting in any way.
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is
completed, at which time the center of each manhole shall be carefully relocated from
references previously established by the contractor. The pavement shall be cut in a
restricted area and base material be removed to permit removal of the cover. 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 blocks and wedged up to the desired grade. The asphalt concrete pavement
shall be cut and removed to a neat circle, the diameter of which shall be equal to the
outside diameter of the cast iron frame plus two feet. The base materials and crushed
rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall
be placed so that the entire volume of the excavation is replaced up to within but not to
exceed 2 inches of the finished pavement surface. On the day following placement of
the concrete, the edge of the asphalt concrete pavement, and the outer edge of the
casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then
be placed and compacted with hand tampers and a patching roller. The complete
patch shall match the existing paved surface for texture, density, and uniformity of
grade. The joint between the 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. The inside throat of the
manhole shall be thoroughly mortared and plastered.
Adiustment 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 concrete also. The concrete shall extend a
minimum of six inches beyond the edge of the casting and shall be left 2 inches below
the top of the frame so that the wearing course of asphalt concrete pavement will butt
the cast iron frame. The existing concrete pavement and edge of the casting shall be
painted with hot asphalt cement.Adjustments in the inlet structure shall be constructed
in the same manner and of the same material as that required for new inlets. The
inside of the inlets shall be mortared and plastered.
City of Renton— 2012 Street Patch And SP 54 Special Provisions
Overlay With Curb Ramps June 2012
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.
MAP #5, Soos Creek Water and Sewer District will adjust the water valves and
sewer manhole castings after the final pavement has been installed.
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment
purposes will be the distance from finished rim elevation to the invert of the lowest outlet
pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be
considered incidental to the unit contract price of the new item and no further
compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes shall be
measured by "Adjust Existing ," per each, which shall be full pay for all labor and
materials including all concrete for the completed adjustment in accordance with Section 7-
05.3(1) and the City of Renton Standard Details.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs
necessary to make the adjustment including restoration of adjacent areas in a manner
acceptable to the Engineer.
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included
in the schedule of prices then the work will be considered incidental and its cost should be
included in the cost of the pipe.
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe," per each.
The bid item for Puget Sound Energy gas valves shall include mobilization and
traffic control The contractor shall bill Puget Sound Energy directly. To receive
"parts"(rings and lids) contact Matt Courtney at (425)766-1773, for payment and
billing agreements contact Kathy Johnson at(425)462-3381
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type 1- yellow", per each.
City of Renton— 2012 Street Patch And SP 55 Special Provisions
Overlay With Curb Ramps June 2012
"Raised Pavement Marker Type 1-white", per each.
"Raised Pavement Marker Type 2d-yellow", per each.
"Raised Pavement Marker Type 2e-white", per each.
Raised Pavement Marker Type 2b- blue", per each
"Raised Pavement Marker Type 3- In.", per each.
"Recessed Pavement Marker", per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement
Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed
Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for
furnishing and installing the markers in accordance with these Specifications including all
cost involved with traffic control unless traffic control. is listed in the contract as a separate
pay item.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(3) Placing and Finishing Concrete
Section 8-14.3(4) is supplemented by adding the following:
On newly placed sidewalk ramps, the detectable warning pattern shall be achieved by a
cast-in-place material and installed before the concrete has cured. The material and
methods of detectable warning pattern placement is subject to the enaineer's approval.
On streets with concrete work,the curb and gutter and/or curb ramps shall be installed before the
street is overlaid
8-14.3(4) Curing
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, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the event
of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian
and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional
time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting
the newly placed concrete to prevent damage. Damaged, vandalized, discolored,
stained, or unsightly concrete shall be removed and replaced at the expense of the
Contractor.
8-14.3(5)Ramp Detectable Warning Retrofit
On the existing curb ramps, the Contractor shall install preformed detectable
warnings approved by the engineer. The Contractor shall use 1 of the
detectable warning pattern products listed in the Qualified Products List or
submit another manufacturer's product for approval by the engineer. Torch
down type preformed detectable warnings shall not be allowed.
City of Renton— 2012 Street Patch And SP 56 Special Provisions
Overlay With Curb Ramps June 2012
8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the contract contains a pay item for "Curb Rama, Cement Concrete," the per
each measurement shall include all costs for the complete installation per the plans
and standard details including expansion joint material, curb and_putter, pedestrian
curb, cast in place detectable warning, and ramped sidewalk section. Sawcuttin_g,
removal and disposal of excavated materials including existin_ asphalt pavement,
existing curb and -gutter, existing curb ramp and/or sidewalk, crushed surfacin_g
base materials and all other work, materials and equipment required per Section 8-
14 shall be included in the per each price for "Curb Ramp, Cement Concrete". Any
curb and putter or sidewalk removed and installed outside the limits of the "Curb
Ramp, Cement Concrete" shall be paid for out of item #'s 27, 28,-30, and 31 in
Schedule "B';
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Curb or pavement damaged due to Contractor operations shall be replaced by the Contractor,to
the satisfaction of the Engineer,at the Contractor's expense.
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
8-20.3(14) Signal Systems
8-20.3(14)C Induction Loop Vehicle Detectors
Section 8-20.3(14)C is revised as follows:
11. Install sealant per Section 9-02.1(10).
i
8-20.3(14)D Test for Induction Loops and Lead-in Cable
Section 8-20.3(14)D is supplemented by adding the following:
The Contractor shall keep records of field testing and shall furnish the engineer
with a copy of the results.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Skip Center Line (Replacement)
City of Renton— 2012 Street Patch And SP 57 Special Provisions
Overlay With Curb Ramps June 2012
A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a
24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center
line delineation on two-lane or three-lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double
yellow center stripe is used as center line delineation on multilane, two-way highways and
for channelization.
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements
from through movements, to separate high occupancy vehicle lanes from general purpose
lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed
on 45-degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a
9-foot line and a 15-foot gap.
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit
consisting of a 9-foot line and a .15-foot space. The solid line shall be installed to the right
of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
A manufacturer's technical representative need not be present at the initial material
installation to approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
"Approach Stripe," per linear foot.
"Remove Paint Line ....."wide," per linear foot.*
"Remove Plastic Line ......"Wide," per linear foot.*
"Remove existing traffic markings, "per lump sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the
lump sum contract price for "Remove existing traffic markings" shall be full compensation
for furnishing all labor, tools; material, and equipment necessary for removal of existing
traffic markings as per the plans, specifications and detail sheets. If these pay items do not
appear in the contract schedule of prices, then the removal of old or conflicting traffic
markings required to complete the channelization of the project as shown on the plans or
detail sheets shall be considered incidental to other items in the contract and no further
compensation shall be made.
City of Renton— 2012 Street Patch And SP 58 Special Provisions
Overlay With Curb Ramps June 2012
8-23 TEMPORARY PAVEMENT MARKINGS
'I
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
If no pay item is included in the contract for installation or for removal of temporary
pavement markings then all costs associated with these items are considered incidental to
other items in the contract or included under 'Traffic Control," if that item is included as a
bid item.
i
i
8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
(City of Renton GSP)New Section
Section 8-50 is an added new section with new subsections:
CITY OF RENTON.
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4,2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets
disturbed by installation of utilities and other construction activities.Any public or private
utilities,general contractors,or others permitted to work in the public right-of-way will adhere to
the procedures set forth in this policy.
I
SECTION 2 DEFINITIONS
Engineer:The term engineer shall denote the City project manager,inspector and/or plan
reviewer,or their designated representative.
SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed
by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer.
SECTION 4 APPLICATION
1.The following standards shall be followed when doing trench or excavation work within
the paved portion of any City of Renton right-of-way.
2.Modifications or exemptions to these standards may be authorized by the
Planning/Building/Public Works Administrator,or authorized representative,upon
written request by the permittee,their contractor or engineer and demonstration of an equivalent
alternative.
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street-width(edge-of-pavement to edge-
ofpavement)overlay is required due to changes in the permit conditions such as,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 was increased significantly or the existing pavement is undermined or
damaged.
3.Any other construction related activities that require additional pavement restoration.
City of Renton— 2012 Street Patch And SP 59 Special Provisions
Overlay With Curb Ramps June 2012
SECTION 6 CITY OF RENTON STANDARDS
1.Materials and workmanship are required to be in conformance with standards for the
Standard Specifications for Road,Bridge,and Municipal Construction prepared by the
Washington State Chapter of the American Public Works Association(APWA)and the
Washington State Department of Transportation(WSDOT)and shall comply with the
most current edition.
An asphalt paver shall be used in accordance with Section 5-04.3(3)of Standard
Specifications.A"Layton Box"or equal may be used in place of the power-propelled
paver. Rollers shall be used in accordance with Section 5-04.3(4)of the Standard
Specifications."Plate Compactors"and"Jumping Jacks" SHALL NOT be used in lieu of
rollers.
2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details
or as shown on the Plans,unless modified by the City Permit. Surfacing depths shown in
the Standard Details are minimums and may be increased by the Engineer to meet traffic
loads or site conditions.
SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall
be a minimum of one foot(1')outside the trench width. The top two inches(2")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 asphalt,where applicable.At the
discretion of the engineer,a full street width overlay may be required.
Lane-width or a full street-width overlay will be determined based upon the location and length
of the proposed trench within the roadway cross-section. Changes in field conditions may
warrant implementation of additional overlay requirements.
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 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
e 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 HMA
asphalt will be applied.
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 If the trenching is within a single traveled lane,an entire lane-width overlay will be
required.
c If the outside of the trenching is within three feet(3')of any adjacent lane line,the
entire adjacent traveled lane affected will be overlaid.
d 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.
e 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 HMA asphalt will be applied.
3.Potholing:
Potholing shall meet the same requirements as trenching and pavement restoration.
City of Renton— 2012 Street Patch And SP 60 Special Provisions
Overlay With Curb Ramps June 2012
Potholing shall be a minimum of one foot(1')beyond the excavation.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.Potholes greater than five feet(5')in
length,width or diameter shall be restored to trench restoration standards.In all cases,
potholes shall be repaired per Renton Standard Plan#HR05(SP Page H032).
Restoration requirements utilizing vactor equipment will be determined by the
engineer.
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
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.
SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1.Trench restoration shall be either by a patch or overlay method,as required and indicated
on the Plans and City of Renton Standard Plan H033.
2.All trench and pavement cuts,which will not be overlaid,shall be made by sawcut or
grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench
width.
3.All trenching within the top four feet(4')shall be backfilled with crushed surfacing
materials conforming to Section 4-04 of the Standard Specifications.Any trenching over
four feet(4')in depth may use materials approved by the Engineer or Materials Lab for
backfilling below the four-foot(4')depth.If the existing material(or other material)is
determined by the Engineer to be suitable for backfill,the contractor may use the native material,
except that the top six inches(6")shall be crushed surfacing top course material.The trench shall be
compacted to a minimum ninety-five percent(95%)density,as described in Section 2-03 of the
Standard Specifications.In the top six feet(6)of any trench,backfill compaction shall be performed
in eight to 12-inch(8-12")lifts.
Any trench deeper than six feet(6)may be compacted in 24-inch lifts,up to the top six foot
(6)zone.
All compaction shall be performed by mechanical methods.The compaction tests may
be performed in maximum four-foot(4')vertical increments.The test results shall be
given to the Engineer for review and approval prior to paving.The number and location
of tests required shall be determined by the Engineer.
4.Temporary restoration of trenches for overnight use shall be accomplished by using MC
mix(cold mix),Asphalt Treated Base(ATB),or steel plates,as approved by the
Engineer.ATB used for temporary restoration may be dumped directly into the trench,
bladed out and rolled. After rolling,the trench must be filled flush with asphalt to
provide a smooth riding surface.If the temporary restoration does not hold up,the
Contractor shall repair the patch within eight hours of being notified of the problem by
the City.This requirement applies 24 hours per day,seven days a week. In the event that
the City determines to repair the temporary patch, the contractor shall reimburse the City
in an amount that is double the City's cost in repairing the patch, with the second half of
the reimbursement to represent City overhead and hidden costs.
5.HMA asphalt shall be placed to the compacted depth as required and indicated on the
Plans,or as directed by the Engineer.The materials shall be made in conformance with
Section 9-02.1(4)of the Standard Specifications.
6.Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be
emulsified asphalt grade CSS-1,as specified in Section 9-02.1(6)of the Standard
Specifications.Tack shall be applied as specified in Section 5-04 of the Standard
Specifications.
City of Renton— 2012 Street Patch And SP 61 Special Provisions
Overlay With Curb Ramps June 2012
7.HMA asphalt shall be placed in accordance with Section 5-04 of the Standard
Specifications;except those longitudinal joints between successive layers of asphalt
concrete shall be displaced laterally a minimum of twelve inches(12"),unless otherwise
approved by the Engineer.Fine and coarse aggregate shall be in accordance with Section
9-03.8 of the Standard Specifications.
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(4")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 HIWA 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 actual depths of asphalt andthe work to be performed
shall be as required and indicated on the Plans. Compaction of all lifts of asphalt shall be a minimum
ninety-two percent(92%)of density as determined by WSDOT Test Method 705. The number of
tests required shallbe determined by the Engineer.Testing shall be performed by an independent
testing lab with the results being supplied to the Engineer.Testing is not intended to relieve the
contractor from any liability for the trench restoration.It is intended to show the inspector,and the
City,that the restorationmeets these specifications.
8.All joints shall be sealed using paving asphalt AR-4000W.
9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored
to its original condition,or better.
10.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 of 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 day time frame and not allow any time extension. Should this occur,the
Contractor shall perform the necessary work,as directed by the Engineer.
11.A City of Renton temporary Traffic Control Plan(from Renton Transportation
Engineering) shall be submitted and approved by the Engineer a minimum of three(3)
working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED
The Permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area.The permittee shall remove the utility locate marks within 14 days of job
completion.
END OF DIVISION 8
DIVISION 9—MATERIALS
9-02 BITUMINOUS MATERIALS
Section 9-02.1(10) is a new section:
9-02.1(10) Loop Sealant(RC)
Unless specified otherwise in the contract or permitted by the Engineer upon request from
the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop
Detector Sealant or approved equal), shall meet the penetration, flow and resilience
specifications of ASTM D3407.
City of Renton— 2012 Street Patch And SP 62 Special.Provisions
Overlay With Curb Ramps June 2012
The Contractor shall request and obtain approval from the Engineer for the type of loop
sealant to be used before installing detector loops and shall submit manufacturer cutsheets
or other data if requested by the Engineer in order to enable the Engineer to determine the
acceptability of the sealant.
(January 5, 2004)
9-03 AGGREGATES
9-03.8(7) HMA Tolerances and Adjustments
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" 3/", '/" 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 -x-0.5% ±0.7%
VMA 1.5% below minimum value in 9-03.8(2)
VFA min. and max. 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 points section,
except the tolerance limits for sieves designated as 100% passing will be 99-100.
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS
9-05.15 Metal Castings
(Special Provision) Revision '
Section 9-05.15 is revised as follows:
In the first sentence of the second paragraph,delete"dipped."
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
City of Renton— 2012 Street Patch And SP 63 Special Provisions
Overlay With Curb Ramps June 2012
I
9-29 ILLUMINATION,SIGNALS,ELECTRICAL
9-293(2)F Detector Loop Wire
(Special Provision)Revision
Section 9-29.3(2)F is revised as follows:
Detector loop wire shall be No. 12 AWG stranded copper wire, Class B,with chemically cross
linked polyethylene type RHH-RHW insulation of code thickness.
END OF DIVISION 9
City of Renton— 2012 Street Patch And SP 64 Special Provisions
Overlay With Curb Ramps June 2012
CITY OF RENTON
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
CONTRACT DOCUMENTS
AMENDMENTS TO THE
STANDARD SPECIFICATIONS
Amendments to the 2012 Standard Specifications
Effective April 2, 2012
Please note: New Amendments to the 2012 Standard Specifications are .
described below. Amendments to the Standard Specifications take precedence
over the Standard Specifications in accordance with Section 1-04.2:
The following is a brief description of the latest amendments, with an explanation
of why the change was made. The actual amendment should be reviewed in
depth to become completely knowledgeable of the full extent of the amendment.
These amendments are available at the following location:
http://www.wsdot.wa.gov/Design/ProjectDev/Specifications
Division 1 —General Requirements
Section 1-03.1(1) —Tied Bids
The amendment changed the title of this Section to Identical Bid Totals to better
relate with the content of this section and to remove confusion with the definition
of Tied Bids as defined in the Code of Federal Regulations.
Section 1-08.1 —Subcontracting
This amendment changes the words Contracting Agency to WSDOT in the
eight paragraphs that deal with quarterly reporting of MBE/WBE participation.
Local agencies have asked for this change because they don't require quarterly
reporting of amounts paid to MBE/WBE.
Section 1-08.7 — Maintenance During Suspension
This amendment adds verbiage to include pedestrian access routes to our
specification on Maintenance During Suspension. This is a continuation of the
local agencies and WSDOT to bring awareness of the importance of accessibility
of pedestrian access routes during periods of construction.
Section 1-09.2(5)— Measurements
This amendment eliminates the need to have a weekly verification of scales for
each bid item being weighed in that week on the same scale. The intent of the
specification is to require minimum weekly verification checks.of the scales.not to
require a verification check of the scales for each different bid item that goes over
the scales in the same week. The change proposed gets more to the intent of
the need for a weekly verification check of the scales.
Division 3—Ac
greqate Production and Acceptance
Section 3-04.5— Payment
This amendment changes the maximum sublot size, both in tons and cubic
yards, of the item Gravel Borrow for Geosynthetic Retaining Wall.
April 2, 2012 Page 1 of 6
MJG:mjg
Amendments to the 2012 Standard Specifications
Effective April 2, 2012
Division 5 -Surface Treatments and Pavements
Section 5-01.3(11)—Concrete Slurry and Grinding Residue
This amendment.is due to a Department of Ecology enforcement action brought
against the Department due to concrete slurry escaping the roadway on a dowel
bar retrofit project on 1-82. The changes tighten up the existing verbiage to
better define that cement concrete slurry.or grindings are kept on the paved
surface and cleaned up there and are not to get off the paved surface into slopes
or waterways.
Section 5-04.3(10)B3 - Longitudinal Joint Density
This amendment deletes the text of this section as it was decided to revise table
1 in WSDOT Test Method T 716 such that the random number for the test could
be located as close as 6-inches from the joint (actually works out closer to 10-
inches).
Division 6 —Structures
Sections: 6-02.3(16)— Plans for Falsework and Formwork
The amendment revises the seventh paragraph into two paragraphs—the
seventh and eighth paragraphs.
Sections: 6-02.3(26)E5— Leak Tightness Testing
The procedure included in the Amendments requires leak tightness testing to
happen after placing concrete around the ducts, but prior to placing post
tensioning. We have feedback from at least two firms that the existing
specification that requires leak tightness testing to occur before concrete
placement is not practical. In reviewing the 2010 AASHTO LRFD Bridge
Construction Specifications there is no requirement that this testing has to
happen prior to placing concrete. We believe the revision proposed is consistent
with AASHTO. This change was incorporated into the past Nalley Valley project
via special provisions where it seemed to work well.
Sections: 6-03.3(28)A - Method of Shop Assembly
The reason for this amendment is that WSDOTs practice for progressive
assembly of steel truss and steel girder currently requires two sections of a
previously assembled stage to support one or more sections at the advancing
end. A minor 2007 revision allowed an Engineer approved option of one
previously assembled stage supporting one or more sections at the advancing
end. Otherwise, the specification has been relatively unchanged since 1987. The
current AASHTO LRFD Bridge Construction Specifications allow at least one
section of the previously assembled stage to support two or more sections at the
advancing end. This apparently is consistent with steel fabrication industry
practice, as records indicate that Contractors are routinely requesting this change
to reduce the number of sections required to stay in place to support_sections
added to the advancing end.
April 2, 2012 Page 2 of 6
MJG:mjg
Amendments to the 2012 Standard Specifications
Effective April 2, 2012
Because of the consistent nature of these requests, without any problems with fit
and assembly in the shop and the field, the Bridge and Structures Office
developed a revision to Section 6-03.3(28)A to bring the specification into
conformance with the AASHTO LRFD Bridge Construction Specifications and
steel fabrication industry practice. The amendment reflects the Bridge and
Structures Office revision
Sections: 6-07..3(9)A and 6-07.3(10)H — Paint Systems
These two amendments remove the requirement that paint manufactures have to
be those listed on the QPL. The removal of the QPL requirement should now
open up the bidding to more manufactures.
Section 6-10.5 - Payment
In the second paragraph the Bid item, "Conc. Class 4000" is replaced with the
proper Standard Item name of "Conc. Class 4000 ".
DIVISION 7—Drainage Structures, Storm Sewers, Sanitary Sewers, Water
Mains and Conduits
Section 7-02.5— Payment
The amendment shortens the length of the Bid Item, Steel Rib Reinforced
Polyethylene Culvert Pipe In. Diam. to a length of characters that fits within
Ebase.
Section 7-04.5— Payment
The amendment reduces shortens the length of the Bid Item, Steel Rib
Reinforced Polyethylene Storm Sewer Pipe 1n. Diam. to a length of 55
characters that fits within Ebase.
Section 7-05.3.— Construction Requirements
The change adds language to the existing text on covers or gratings for
manholes, catch basins or inlets shall be approved leveling devices listed in the
Qualified Products List and that the removal of hardware for leveling and
adjusting shall be completely removed when directed by the Engineer.
Division 8 - Miscellaneous Construction
Section 8-01 - Erosion Control and Water Pollution Control
This amendment changes several subsections of 8-01 concerning; mulching, soil
binder and tacking agents, seeding windows, check dams, outlet'protection,
straw bales, plastic covering, stabilized construction entrance, bales, temporary
curb and other.
Section 8-02.5— Payment
April 2, 2012 Page 3 of 6
MJG:mjg
Amendments to the 2012 Standard Specifications
Effective April 2, 2012.
The amendment adds Medium Compost to the paragraph that defines what the
bid items for Fine, Medium and Coarse Compost will require for payment.
Section 8-03.3(7)— Flushing and Testing
This amendment removes the fifth paragraph which was removed in
amendments to the 2010 Book but didn't carry over in the 2012 Book.
Section 8-04—Curbs, Gutters, and Spillways
Amendments to affect Section 8-04.3(1), 8-04.4 and 8-04.5 to account-for a new
construction requirement Section, a new measurement statement and the
addition of two new Bid Items and the deletion of an existing Bid item. These
changes were needed to have the standard specifications coincide with Standard
Plan F-10.18.00 which became Effective in August 2011.
Section 8-12 - Chain Link Fence'and Wire Fence
The amendments to Section 8-12 are due to the following:
Revisions made to Sections 8-12 and also 9-16 are due to the standard
plan, L-40.10 Glare Screen Type 1, Design A, which removed H-Columns
and replaced it with standard Schedule 40 piping due to HQ Design could
no longer find domestic suppliers of H-Columns.
In making the above changes to Sections 8-12 and 9-16 it was discovered
that other revisions were needed due to past changes in standard plans
concerning fencing such as, the removal of references about tension
cable and its appurtenances, references to top retails in chain link fencing,
and references to Type 6 fencing. In revising Section 8-12 it was also
discovered that Section 8-25 also need cleaning up on the aforementioned
items. When the Materials Laboratory reviewed these changes they also
found further requirements in Section 9-16 that needed to be changed
concerning material submittals which are not longer followed.
Section 8-15.1 — Riprap
This amendment removes the term 'sack riprap' from the second paragraph as
sack riprap is no longer an acceptable riprap.for use.
Section 8-21.2 — Materials
This amendment corrects a missing material references from to the third
sentence of the section.
Section 8-25— Glare Screen
The amendments to Section 8-25 are due to the changes made in Section 8-12
and Section 9-16 where it was discovered that revisions were needed due to past
changes in standard plans concerning fencing such as, the removal of
references about tension cable and its appurtenances, references to top retails in
chain link fencing, and references to Type 6 fencing. In revising Section 8-12 it
April 2, 2012 Page 4 of 6
MJG:mjg
Amendments to the 2012 Standard Specifications
Effective April 2, 2012
was also discovered that Section 825 also need cleaning up on the
aforementioned items.
Division 9— Materials
Section: 9-03.14— Borrow
The amendments effects 9-03.14(1), 9-03.14(2) and 9-03.14(4) and breaks out
the gravel borrow for geosynthetic walls aggregate requirements into a separate
table and specifications versus having it contained in notes in the Borrow
specifications.
Section: 9-03.21 — Recycled Material
These amendments change the amount of glass that can be used as a recycled
material and effects Sections 9-03.21(1), 9-03:21(1)C and 9-03.21(1)E. The
change set limitations to a maximum of 20% per AASHTO M 318
recommendations for glass or 'glass cullet' as AASHTO M 318 refers to glass.
Section 9-06.5(2) - High-Strength Bolts
Amendment updates the material reference for nuts to ASTM A 563 from
AASHTO M 291.
Section 9-10.4 -Steel Pile Tips and Shoes
This amendment reversed the steel grade from '60-90'to '90-60'for steel pile tips
and shoes.
Section 9-14— Erosion Control and Roadside Planing
This amendment affects the existing text of several subsections of 9-14 in the
areas of; HECP heavy metals, mulch, check dams, compost gradation, compost
approval, and other areas.
Section 9-16 - Fence and Guardrail
The amendments to Section 9-16 are due to the following:
Revisions made to Sections 8-12 and also 9-16 were mainly due to the
standard plan, L-40.10 Glare Screen Type 1, Design A, which removed H-
Columns and replaced it with standard Schedule 40 piping due to HQ
Design could no longer find domestic suppliers of H-Columns. .
In making the above changes to Sections 8-12 and 9-16 it was discovered
that other revisions were needed due to past changes in standard plans
concerning fencing such as, the removal of references about tension
cable and its appurtenances, references to top retails in chain link fencing,
and references to Type 6 fencing. In revising Section 8-12 it was also
discovered that Section 8-25 also need.cleaning up on the aforementioned
items. When the Materials Laboratory reviewed these changes they also
April 2, 2012 Page 5 of 6
MJ.G:mjg
Amendments to the 2012 Standard Specifications
Effective April 2, 2012
found further requirements in Section 9-16 that needed to be changed
concerning material submittals which are not longer followed.
Section 9-23.2— Liquid Membrane— Forming Concrete Curing Compounds
This amendment changes the words, `moisture content'in the first paragraph to
`water retention'.
Section 9-29.10(2)— Decorative Luminaires
This amendment removes the second sentence of the third paragraph as it is a
book error.
Section 9-29.25 -Amplifier, Transformer, and Terminal Cabinets
This amendment changes the phrase Transformer 23.1 to 12.5 KVA in item 2.c.
to read Transformer 3.1 to 12.5 KVA. This was a correction to a typo error.
Section 9-34.2 -.Paint
This amendment revises the second paragraph to make in clear the
requirements of blue and black paint.
i
I
April 2, 2012 Page 6 of 6
MJG:mjg
CODE TITLE
1
2 INTRO.AP1 Introduction
3 (January 2, 2012)
4 Include In All English Projects.
5
6 1-01.AP1 Section 1-01, Definitions and Terms
7 (January 2, 2012)
8 Include In All Projects.
9
10 1-02.AP1 Section 1-02, Bid Procedures and Conditions
11 (January 2, 2012)
12 Include In All Projects.
13
14 1-03.AP1 Section 1-03, Award and Execution of Contract
15 (April 2,'2012)
16 Include In All Projects.
17
18 1-08.AP1 Section 1-08, Prosecution and Progress
19 (April 2, 2012)
20 Include In All Projects.
21
22 1-09.AP1 Section 1-09, Measurement and Payment
23 (April 2, 2012) .
24 Include In All Projects.
25
26 13-04.AP3 Section 3-04, Acceptance of Aggregate
27 (April 2, 2012)
28 Include In All Projects.
29
30 5-01.AP5 Section 5-01, Cement Concrete Pavement
31 Rehabilitation
32 (April 2, 2012)
33 Include In All Projects.
34
35 5-04.AP5 Section 5-04, Hot Mix Asphalt
36 (April 2, 2012)
37 Include In All Projects.
38
39 6-02.AP6 Section 6-02, Concrete Structures
40 (April 2, 2012)
41 Include In All Projects.
42
43 6-03.AP6 Section 6-03, Steel Structures
44 (January 2, 2012)
45 Include In All Projects
46
47
48 6-07.AP6 Section 6-07, Painting
49 (April 2, 2012)
50 Include In All Projects
51
52 6-10.AP6 Section 6-10, Concrete Barrier
53 (April 2, 2012)
54 Include In All Projects
55
56
Index -Amendments EAMEND.docx
April 2, 2012 Page 1
CODE TITLE
1 6-12.AP6 Section 6-12, Noise_ Barrier Walls
2 (January 2, 2012)
3 Include In All Projects
4
5 6-14.AP6 Section 6-14, Geosynthetic Retaining Walls
6 (January 2,2012)
7 Include In All Projects
8
9 6-15.AP6 Section 6-15, Soil,Nail Walls
10 (January 2,2012)
11 Include In All Projects
12
13 , 6-16.AP6 Section 6-16, Soldier Pile and Soldier
14 Pile Tieback Walls
15 (January 2, 2012)
16 Include In All Projects
17
18 6-17.AP6 Section 6-17, Permanent Ground Anchors
19 (January 2, 2012)
20 Include In All Projects.
21
22 7-02.AP7 Section 7-02, Culverts
23 (April 2, 2012)
24 Include In All Projects.
25
26 7-04.AP7 Section 7-04, Storm Sewers
27 I (April 2, 2012)
28 Include In All Projects.
29
30 7-05.AP7 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
31 (April 2, 2012)
32 Include In All Projects.
33
34 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control
35 (April 2, 2012)
36 Include In All Projects.
37
38 8-02.AP8 Section 8-02., Roadside Restoration
39 (April 2, 2012)
40 Include In All Projects.
41
42 8-03.AP8 Section 8-03, Irrigation Systems
43 (April 2, 2012)
44 Include In All Projects.
45
46 8-04.AP8 Section 8-04, Curbs, Gutters, and Spillways
47 (April 2, 2012)
48 Include In All Projects.
49
50 8-12.AP8 Section 8-12, Chain Link Fence and Wire Fence
51 (April 2, 2012)
52 Include In All Projects.
53
54 8-15.AP8 Section 8-15, Riprap
55 (April 2, 2012)
56 Include In All Projects.
Index-Amendments EAMEND.docx
April 2, 2012 Page 2
CODE TITLE
i
1
2 } 8-20.AP8 Section 8-20, Illumination, Traffic Signal Systems,
3 And Electrical
4 (January 2, 2012)
5 Include In All Projects.
7 18-21.AP8 Section 8-21, Permanent Signing
8 (April 2, 2012).
9 Include In All Projects..
10
11 8-25.AP8 Section 8-25, Glare Screen
12 (April 2, 2012)
13 Include In All Projects.
14
15 9-03.AP9 Section 9-03,Aggregates
16 (April 2,.2012)
.
17 Include In All Project
.. .. 1 s
18
19 } 9-04.AP9 Section 9-04, Joint and Crack Sealing Materials
20 (January 2, 2012)
21 Include In All Projects.
22
23 9-06.AP9 Section 9-06, Structural Steel and Related Materials
24 (April 2, 2012)
25 Include In All Projects.
26
27 9-10.AP9 Section 9-10, Piling
28 (April 2, 2012)
29 Include In All Projects-.
30
31 9-14.AP9 Section 9-14, Erosion Control and Roadside Planting
32 (April 2, 2012)
33 Include In All Projects.
34
35 9-16.AP9 Section 9-16, Fence and Guardrail
36 (April 2, 2012)
37 Include In All Projects.
38
39 } 9-20.AP9 Section 9-20, Concrete Patching Material, Grout, and Mortar
40 (January 2, 2012)
41 Include In All Projects.
42
43 9-23.AP9 Section 9-23, Concrete Curing Materials and Admixtures
44 (April 2, 2012)
45 Include In All Projects.
46
47 9-29.AP9 Section 9-29, Illumination, Signal, Electrical
48 (April 2, 2012)
49 Include In All Projects.
50
51 9-34.AP9 Section 9-34, Permanent Marking Material
52 (April 2, 2012)
53 Include In All Projects.
54
Index-Amendments EAMEND.docx
April 2, 2012 Page 3
�O
C5>0 �
loo
�j�
1 Section 1-03,Award and Execution of Contract
2 April 2, 2012
3 1-03.1(1) Tied Bids
4 This'section's title is revised to read:
5-
1-03.1(1) Identical Bid Totals
Amendments to the 2012 Standard Specifications Section 1-03
April 2, 2012 Page 1
�j�4O
I Section 1-08, Prosecution and Progress
2 April 2, 2012
3 1-08.1 Subcontracting
4 In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT".
5
6 1-08.3(1) General Requirements
7 The following new paragraph is inserted after the first paragraph:
8
9 Total float belongs to the project and shall not be for the exclusive benefit of any party.
10
11 1-08.7 Maintenance During Suspension
12 The second paragraph is revised to read:
13
14 At no expense to the Contracting Agency, the Contractor shall provide through the
15 construction area safe, smooth, and unobstructed roadways and pedestrian access
16 routes for public use during the suspension (as required in Section 1-07.23 or the
17 Special Provisions.) This may include a temporary road, alternative pedestrian.access
18 route or detour.
Amendments to the 2012 Standard Specifications Section 1-08
April 2, 2012 Page 1
I
III
• I
V
I�A
O�
1064)
1 Section 1-09, Measurement and Payment
2 April 2,2012
3 1-09.2(5) Measurement.
4 The second sentence in the first.paragraph is revised to read:
5
6 The frequency of verification checks will be such that at least one test weekly is
7 performed for each scale used in weighing contract items of Work.
Amendments to the 2012 Standard Specifications Section 1-09
April 2, 2012 Page 1
I
�O
�9�
/�
�,��0
����
���
�j
4���
I Section 3-04,Acceptance of Aggregate
2 I April 2, 2012
3 3-04.3(7)D4 An Entire Lot
4 The last sentence is deleted.
5
6 3-04.5 Payment
7 In the second paragraph,the reference"Section 3-04.3(6)C " is revised to read "Section.3-
8 04.3(8)".
9
10 In Table 1, the row containing the item"Gravel Borrow for Geosynthetic Retaining Wall" is
11 revised to read:
12
9-03.14(4) Gravel Borrow for Geosynthetic 4000 2000 $30 $60
Retaining Wall
13
14
Amendments to the 2012 Standard Specifications Section 3-04
April 2, 2012 Page 1
�O
1 Section 5-01, Cement Concrete Pavement Rehabilitation
2 I April 2, 2012
3 5-01.3(2)B Portland Cement Concrete
4 The fifth sentence in the third paragraph is revised to read:
5
6 The lower Specification limit for compressive strength shall be 4,000-psi.
7
8 The last two sentences in the third paragraph are deleted.
9
10 5-01.3(11) Concrete Slurry
11 This section including title is revised to read:
12
13 5-01.3(11) Concrete Slurry and Grinding Residue
14 All concrete slurry and grinding residue shall be removed from the pavement surface on
15 a continual basis immediately behind the grinding or cutting operations. Slurry shall not
16 be allowed to drain into an area open to traffic, off of the paved surface or into any
_ 17 drainage structure.
18
19 The Contractor shall collect the concrete slurry and grinding residue from the pavement
20 surface and dispose of it in accordance with Section 2-03.3(7)C.
21
22 Opening to traffic shall meet the requirements of Section 5-05.3(17).
Amendments to the 2012 Standard Specifications Section 5-01
April 2, 2012 Page 1
.o
�9:
`°s
��
���o
����
���
���
�,�.
1 Section 5-04, Hot Mix Asphalt
2 April 2, 2012
.3 5-04.3(10)B3 .Longitudinal Joint Density
4 The section including title is revised to read:
5
6 5-04.3(10)B3 Vacant
Amendments to the 2012 Standard Specifications Section 5-04
April 2, 2012 Page 1
A
40�.Oo
Of
�9.
�,r
1 Section 6-02, Concrete Structures
2 April 2, 2012
3 6-02.3(16) Plans for Falsework and Formwork
4 Item No. 4 in the seventh paragraph is revised to read:
5
6 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork.
7
8 Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted.
9
10. The following paragraph is inserted after the seventh paragraph:
11
12 Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high
13 (excluding pedestal height) provided: .
14
15 1. Concrete placement rate is 4 feet per hour or less.
16
17 2. Facing is'/4-inch plywood with grades as specified per Section 6-02.3(17)1.
18
19 3. Studs,with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches.
20
21 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by
22 4's spaced at 24 inches.
23
24 6-02.3(17)F Bracing
25 In the first paragraph, the phrase"per Section 6-02.3(17)1" is revised to read "in accordance
26 with Section 6-02.3(17)1".
27
28 This section is supplemented with the following new sub-section:
29
30 6-02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and
31 Bridge Deck Concrete Placement
32 Prestressed concrete girders shall be braced to resist forces that would cause rotation:
33 or torsion in the girders caused by the placing of precast concrete deck panels and
34 concrete for the bridge deck.
35
36 Bracing shall be designed and detailed by the Contractor and shall be shown in the
37 falsework/formwork plans submitted to the Engineer for approval. These braces shall be
38 furnished, installed, and removed by the Contractor at no additional cost to the
39 Contracting Agency. The Contractor may consider the bracing effects of the
40 diaphragms in developing the falsework/formwork plans. The Contractor shall account
41 for the added load from concrete finishing machines and other construction loadings in
42 the design of the bracing.
43
44 Falsework support brackets and braces shall not be welded to structural steel bridge.
45 members or to steel reinforcing bars.
46
47 6-02.3(17)F4 Temporary Bracing for Bridge Girders
48 This section including title is revised to read:
49
Amendments to the 2012 Standard Specifications Section 6-02
April 2, 2012 . Page 1
III
1 6-02.3(17)F4 Temporary Bracing for Bridge Girders During Erection
2 Steel girders shall be braced in accordance with Section 6-03.3(7)A.
3
4 Prestressed concrete girders shall be braced sequentially during girder erection. The
5 bracing shall be designed and detailed by the Contractor and shall be shown in the
6 falsework/formwork plans submitted to the Engineer for approval. The Contractor shall
7 furnish, install, and remove the bracing at no additional cost to the Contracting Agency..
8
9 At a minimum, the Contractor shall brace girders at each end and at midspan to prevent
10 lateral movement or rotation. This bracing shall be placed prior to the release of each
11 girder from the erection equipment. If the bridge is constructed with cast-in-place
12 concrete diaphragms, the bracing may be removed once the concrete in the.
13 diaphragms has been placed and cured for a minimum of 24 hours.
14
15 6-02.3(26)N Prestressed Concrete Girder Erection
16 The third sentence in the fifth paragraph is revised to read:
17
18 The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6-
19 02.3(17)F5.
20
21 6-02.3(26)E5 Leak Tightness Testing
22 The first sentence in the first paragraph is revised to read:
23
24 The Contractor shall test each completed duct assembly for leak tightness after placing
25 concrete but prior to placing post tensioning reinforcement.
26
27 The second paragraph is revised to read:
28
29 Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and
30 drains shall either be capped or have their shut-off valves closed. The Contractor shall
31 pressurize the completed duct assembly to an initial air pressure of 50 psi. This
32 pressure shall be held for five minutes to allow for internal adjustments within the
33 assembly.After five minutes, the air supply valve shall be closed. The Contractor shall
34 monitor and measure the pressure maintained within the closed assembly, and any
35 subsequent loss of pressure, over a period of one minute following the closure of the air
36 supply valve. The maximum pressure loss for duct assemblies equal to or less than
37 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies
38 greater than 150 feet in length shall be 15 psig. If the pressure loss exceeds the
39 allowable, locations of leakage shall be identified, repaired or reconstructed using
40 methods approved by the Engineer. The repaired system shall then be retested. The
41 cycle of testing, repair and retesting of each completed duct assembly shall continue
42 until the completed duct assembly completes a test with pressure loss within the
43 specified amount.
Amendments to the 2012 Standard Specifications Section 6-02
April 2, 2012 Page 2
I Section 6-03, Steel Structures
2 April 2, 2012
3 6-03.3(28)A .Method of Shop Assembly
4 The first sentence in Item 2.C. is revised to read:
5
6 For Trusses and Girders—After the first stage has been completed, each subsequent
7 stage shall be assembled to include: at least one truss panel or girder shop section of
8 the previous stage and two or more.truss panels or girder shop sections added at the
9 advancing end.
Amendments to the 2012 Standard Specifications Section 6=03
April 2, 2012 Page 1
4>9� _
go�
�j�
I Section 6-07, Painting
2 April 2, 2012
3 6-07.3(9)A Paint System
4 The first sentence in the second paragraph is revised to read:
5
6 All paint coating components of the selected paint system shall be produced by the
7 same manufacturer.
8
9 6-07.3(10)H Paint System
10 The first and second sentences in the second paragraph are revised to read:
11
12 All paint coating components of the selected paint system shall be produced by the
13 same manufacturer.
Amendments to the 2012 Standard Specifications Section 6-07
April 2, 2012 Page 1
�O
d9.
��
7�
���o
��j�
��� .
�j�
�7,�
1 Section 6-10, Concrete Barrier
2 April 2, 2012
3 6-10.5 Payment
4 In the second paragraph, the bid item "Conc. Class 4000" is revised to read:
5
6 "Conc. Class 4000
Amendments to the 2012 Standard Specifications Section 6-10
April 2, 2012 Page 1
�O
gloo..
�j�
1 Section 7-02, Culverts
2 April 2, 2012
3 7-02.5
4 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear
5 foot is revised to read:
6
7 "St. Rib Reinf Polyethlene Culy. Pipe In. Diam.", per linear foot
Amendments to the 2012 Standard Specifications Section 7-02
April 2, 2012 Page 1
I
.O
�9�
1 Section 7-04, Storm Sewers
2 I April 2, 2012
3 7-04.3(1)B Exfiltration Test—Storm Sewers
4 The fifth column title"PE 4" is revised to read "PP4"from the table titled, "Storm Sewer Pipe
5 Schedules".
6
Z 7-04.5
8 The bid item"Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per
9 linear foot is revised to read: .
10
11 "St. Rib Reinf Polyethlene Storm Sewer Pipe In. Diam", per linear foot
Amendments to the 2012 Standard Specifications Section 7-04
April 2, 2012 Page 1
i
�O
�9,
�/
���
7�0
��j�
���,
��
/o',�
1 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
2 April 2, 2012
3 7-05.3 Construction Requirements
4 The third paragraph is supplemented with the following:
5
6 Leveling and adjustment devices that do not modify the structural integrity of the metal
7 frame, grate or cover, and do not void the originating foundry's compliance to these
8 specifications and warranty is allowed. Approved leveling devices are listed in the
9 Qualified Products List. Leveling and adjusting devices that interfere with the
10 backfilling, backfill density, grouting and asphalt density will not be allowed. The.
11 hardware for leveling and adjusting devices shall be completely removed when
12 specified by the Project Engineer.
Amendments to the 2012 Standard Specifications Section 7-05
April 2, 2012 Page 1
A
�9,
��
���0
��j�
���
�j�
��
I Section 8-01, Erosion Control and Water Pollution Control
2 April 2, 2012,
3 8-01.3(2)D Mulching
4 The following two new paragraphs are inserted after the fourth paragraph:
5
6 Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and
7 may be applied in one lift.
8
9 Moderate-Term Mulch and Long-Term Mulch shall be hydraulically applied at the rate of
10 3500 pounds per acre with no more than 2000 pounds applied in any single lift.
11
12 8-01.3(2)E Soil Binders and Tacking Agents
13 The first paragraph is revised to read:
14
15 Tacking agents or soil binders applied using a.hydroseeder shall.have a mulch tracer
16 added to visibly aid uniform application. This tracer shall not be harmful to plant,
17 aquatic, or animal life.A minimum of 125 pounds per acre and a maximum of 250
18 pounds per acre of Short-Term Mulch shall be used as a tracer.
19
20 The last two paragraphs are deleted.
21
22 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
23 In the first paragraph, "Engineer" is revised to read "Project Engineer".
24
25 Note 1 of the table in the first paragraph is revised to read:
26
27 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be
28 accomplished during the fall period listed above
29
30 The third paragraph is deleted.
31
32 8-01.3(5) Placing Plastic Covering
33 The second and third paragraphs are revised to read:
34
35 Clear plastic covering shall be used to promote seed germination when seeding is
36 performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F.
37 Black plastic covering shall be used for stockpiles or other areas where vegetative
38 growth is unwanted.
39
40 The plastic cover shall be installed and maintained in a way that prevents water from
41 cutting under the plastic and prevents the plastic cover from blowing open in the wind.
42
43 8-01.3(6) Check Dams
44 This section is revised to read:
45
46 Check dams shall be installed as soon as construction will allow, or when designated by
47 the Engineer. The Contractor may substitute a different check dam, in lieu of what is
48 specified in the contract,with approval of the Engineer. The check dam is a temporary
49 or permanent structure, built across a minor channel. Water shall not flow through the
50 check dam structure. Check dams shall be constructed in a manner that creates a
51 ponding area upstream of the dam to allow pollutants to settle, with water from
Amendments to the 2012 Standard Specifications Section 8-01
April 2, 2012 Page 1
1 increased flows channeled over a spillway in the check dam. The check dam shall be
2 constructed to prevent erosion in the area below the spillway. .Check dams shall be
3 placed perpendicular to the flow of water and installed in accordance with the Standard
4 Plans. The outer edges shall extend up the sides of the conveyance to prevent water
5 from going around the check dam. Check dams shall be of sufficient height to maximize
6 detention,without causing water to leave the ditch. Check dams shall meet the
7 requirements in Section 9-14.5(4).
8
9 8-01.3(7) Stabilized Construction Entrance
10 The first paragraph is revised to read:
11
12 Temporary stabilized construction entrance shall be constructed in accordance with the
13 Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation.
14 All quarry spall material used for stabilized construction entrance shall be free of
15 extraneous materials that may cause or contribute to track out.
16
17 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm
18 The first paragraph is revised to read:
19
20 Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a
21 minimum of 1 foot in height and shall be maintained at this height for the entire time
22 they are in use. Rock material used for filter berms shall meet the grading requirements
23 in Section 9-03.9(2), but shall not include any recycled materials as outlined in Section
24 9-03.21.
25
26 8-01.3(9)C Straw Bale Barrier
27 This section including title is revised to read:
28
29 8-01.3(9)C Vacant
30
31 8-01.3(11) Vacant
32 This section including title is revised to read:
33
34 8-01.3(11) Outlet Protection
35 Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other
36 conveyances. All quarry spall material used for outlet protection shall be free of
37 extraneous material and meet the gradation requirements in Section 9-13.6.
38
39 8-01.3(13) Temporary Curb
40 This section is revised to read:
41
42 Temporary curbs shall divert or redirect water around erodible soils.
43
44 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing
45 onto erodible slopes. Water shall be directed to areas where erosion can be controlled.
46 The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in
47 roadways.
48
49 8-01.4 Measurement
50 The third paragraph is revised to read:
51
Amendments to the 2012 Standard Specifications Section 8-01
April 2, 2012 Page 2
1 Check dams will be measured per linear foot one time only along the completed check
2 dam. No additional measurement will be made for check dams that are required to be
3 rehabilitated or replaced due to wear.
4
5 This section is supplemented with the following:
6
7 Outlet Protection will be measured per each initial installation at an outlet location.
8
9 8-01.5 Payment
10 This section is supplemented with the following:
11
12 "Outlet Protection", per each.
Amendments to the 2012 Standard Specifications Section 8-01
April 2, 2012 Page 3
A
�9,
��
��
���0
����
���
���
��
1 Section 8-02, Roadside Restoration
2 April 2, 2012
3 8-02.5 Payment
4 The paragraph following bid item "Coarse Compost", per cubic yard" is revised to read:
5
6 The unit Contract price per cubic yard for"Fine Compost", Medium Compost"or
7 "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the
8 existing soil.
Amendments to the 2012 Standard Specifications Section 8-02
April 2_2012 Page 1
A
/7
�j�
1 Section 8-03, Irrigation Systems
2 April 2, 2012
3 8-03.3(7) Flushing and Testing
4 The fifth paragraph is deleted.
I
Amendments to the 2012 Standard Specifications Section 8-03
April 2, 2012 Page 1
�9,
Of
I Section 8-04, Curbs, Gutters, and Spillways
2 April 2, 2012
3 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
4 This section is supplemented with the following new sub-section:
5
6 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter
7 Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb
8 shall be shaped and finished to match the shape of the adjoining curb as shown in the
9 Plans.All other requirements for cement concrete curb and cement concrete curb and
10 gutter shall apply to roundabout cement concrete.curb and gutter.
11
12 8-04.4 Measurement
13 This section is supplemented with the following:
14
15 Roundabouts litter island nosing curb will be measured per each.
P 9 P
16
17 8-04.5 Payment
18 The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted.
19
20 This section is supplemented with the following:
21
22 "Roundabout Cement Concrete Curb and Gutter", per linear foot
23
24 The unit Contract price per linear foot for"Roundabout Cement Concrete Curb and
25 Gutter" shall be full payment for all costs for the Work including transitioning the
26 roundabout cement concrete curb and gutter to the adjoining curb shape.
27
28 "Roundabout Splitter Island Nosing Curb", per each.
29
30 The unit Contract price per each for"Roundabout Splitter Island Nosing Curb" shall be
31 full payment for all costs for the Work including transitioning the roundabout splitter
32 island nosing curb to the adjoining curb shape.
Amendments to the 2012 Standard Specifications Section 8-04
April 2, 2012 Page 1
�O>t x0c
4�
1 Section 8-12, Chain Link Fence and Wire Fence
2 April 2, 2012
3 In this Section"Engineer"is revised to read "Project Engineer".
4
5 8-12.1 Materials
6 This section is supplemented with the following:
7
8 Paint 9-08.1(2)B
9
10 8-12.3(1)A Posts
11 The words"for Type 3 and Type 4 fences"and "on Type 3 and Type 4 fences"are deleted
12 from this section.
13
14 The first sentence of the fifth paragraph is revised to read:
15
16 After the post is set and plumbed, the hole shall be filled with Grout Type 4.
17
18 The third sentence in the sixth paragraph is replaced with the following two sentences:
19
20 After the post is set and plumbed, the hole in the portion of the post in solid rock shall
21 be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to
22 leave no voids.
23
24 The seventh paragraph is deleted.
25
26 The ninth paragraph is revised to read:
27
28 Steep slopes or abrupt topography may require changes in various elements of the
29 fence. It shall be the responsibility of the Contractor to provide all posts of sufficient
30 length to accommodate the chain link fabric.
31
32 The tenth paragraph is revised to read:
33
34 All round posts shall have approved top caps fastened securely to the posts. The base
35 of the top cap fitting for round posts shall feature an apron around the outside of the
36 posts.
37
38 8-12.3(1)B Top Rail
39 This section's content including title is deleted and replaced with:
40
41 8-12.3(1)6 Vacant
42
43 8-12.3(1)C Tension Wire and Tension Cable
44 This section's content including title is revised to read:
45
46 8-12.3(1)C Tension Wire
47 Tension.Wires shall be attached to the posts as detailed in the Plans or as approved by
48 the Engineer.
49
50
Amendments to the 2012 Standard Specifications Section 8-12
April 2, 2012 Page 1
1 8-12.3(1)D Chain Link Fabric
2 The first three paragraphs are revised to read:
3
4 Chain link.fabric shall be attached after the cables and wires have been properly
5 tensioned.
6
7 Chain link fabric shall be placed on the face of the post away from the Highway, except
8 on horizontal curves where it shall be placed on the face on the outside of the curve
9 unless otherwise directed by the Project Engineer.-
10
11 Chain link fabric shall be placed approximately 1-inch above the ground and on a
12 straight grade between posts by excavating high points of ground. Filling of depressions
13 will be permitted only upon approval of the Project Engineer.
14
15 The third sentence of the fourth paragraph is revised to read:
16
17 The top and bottom edge of the fabric shall be fastened with hog rings to the top and
18 bottom tension wires as may be applicable, spaced at 24-inch intervals.
19
20 8-12.3(1)E Chain Link Gates
21 The third paragraph is deleted.
22
23 8-12.3(2)A Posts
24 In the second paragraph, "commercial" is deleted.
25
26 The first sentence of the fifth paragraph is revised to read:
27
28 After the post is set and plumbed, the hole shall be filled with Grout Type 4.
29
30 The fourth sentence in the sixth paragraph is replaced with the following two sentences:
31
32 After the post is set and plumbed, the hole in the portion of the post in solid rock shall
33 be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to
34 leave no voids.
35
36 The tenth paragraph is revised to read:
37
38 Where the new fence joins an existing fence, the 2 shall be attached in a manner
39 satisfactory to the Project Engineer, and end or corner posts shall be set as necessary.
40
41 The eleventh paragraph is deleted.
42
43 8-12.5 Payment
44 The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to
45 read:
46
47 The unit Contract price.per linear foot for"Chain Link Fence Type_"shall be full
48 payment for all costs for the specified Work including brace post installation and all
49 other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate
50 Bid Item in this Section.
51
Amendments to the 2012 Standard Specifications Section 8-12
April 2, 2012 Page 2
I The following paragraph is inserted after the item"End, Gate, Corner, and Pull Post for
2 Chain Link Fence", per each:
3
4 The unit Contract price per each for"End, Gate, Corner, and Pull Post for Chain Link
5 Fence" shall be full payment for all costs for the specified Work.
6
7 The following paragraph is inserted after the item"Single 6 Ft. Chain Link Gate", per each:
8
9 The unit Contract price per each for"Double 14 Ft. Chain Link Gate", "Double 20 Ft.
10 Chain Link Gate", and."Single 6 Ft. Chain Link Gate", shall be full payment for all costs
11 for the specified Work.
12
13 The following paragraph is inserted after the item "Wire Fence Type ", per linear foot:
14
15 The unit Contract price per each for"Wire Fence Type " shall be full payment for all
16 costs for the specified Work including payment for clearing of the fence line.
17
18 The following paragraph is inserted after the item"Double Wire Gate 20 Ft. Wide", per each:
19
20 The unit contract price per each for"Single Wire Gate 14 Ft. Wide" and "Double Wire
21 Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work.
22
23 The paragraph following the item "Access Control Gate", per each is revised to read:
24
25 The unit contract price per each for"Access Control Gate" shall be full payment for all
26 costs to perform the specified Work.
Amendments to the 2012 Standard Specifications Section 8-12
April 2,2012 Page 3
.O
OF
1' Section 8-15, Riprap
2 April 2, 2012
3 8-15.1 Description
4 The second paragraph is revised to read:
5
6 Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed
7 riprap.
Amendments to the 2012 Standard Specifications Section 8-15
April 2, 2012 Page 1
A
/4�
1 Section 8-21, Permanent Signing
2 April 2, 2012
3 8-21.2 Materials
4 The third sentence is revised to read:
5
6 Materials for sign mounting shall conform to Section 9-28.11.
7
8 8-21.3(9)A Fabrication of Steel Structures
9 The first sentence in the first paragraph is revised to read:
10 '
11 Fabrication shall conform to the applicable requirements of Section 6-03 and 9-06.
12
13 This section is supplemented with the following:
14
15 All fabrication, including repairs, adjustments or modifications of previously fabricated
16 sign structure members and connection elements, shall be performed in the shop, under
17 an Engineer approved shop drawing prepared and submitted by the Contractor for the
18 original fabrication or the specific repair, adjustment or modification. Sign structure
19 fabrication repair, adjustment or modification of any kind in the field is not permitted. If
20 fabrication repair, adjustment or modification occurs after a sign structure member or
21 connection element has been galvanized, the entire member or element shall be re-
22 galvanized in accordance with AASHTO M 111.
23
24 8-21.3(9)B Vacant
25 This section including title is revised to read:
26
27 8-21.3(9)B Erection of Steel Structures
28 Erection shall conform to the applicable requirements of Sections 6-03 and 8-21.3(9)F.
29 Section 8-21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to
30 completion of the shaft cap portion of one foundation for one post provided the following
31 conditions are satisfied:
32
33 1. The Contractor shall submit design calculations and working drawings of the
34 temporary supports and falsework supporting the sign bridge near the location
35 of the incomplete foundation to the Engineer for approval in accordance with
36 Section 6-01.9. The submittal shall include the method of releasing and
37 removing the temporary supports and falsework without inducing loads and
38 stress into the sign bridge.
39
40 2. The Contractor shall submit the method used to secure the anchor bolt array in
41 proper position with the sign bridge while casting the shaft cap concrete to
42 complete the foundation.
43
44 3. The Contractor shall erect the sign bridge and temporary supports and
45 falsework, complete the remaining portion of the incomplete foundation, and
46 remove the temporary supports and falsework, in accordance with the working
47 drawing submittals as approved by the Engineer.
48
49 8-21.3(9)F Foundations
50 The eighth paragraph is replaced with the following three new paragraphs:
51
Amendments to the 2012 Standard Specifications Section 8-21
April 2, 2012 Page 1
1 After construction of concrete foundations for sign bridge and cantilever sign structures,
2 the Contractor shall survey the foundation locations and elevations,the anchor bolt
3 array locations and lengths of exposed threads. The Contractor shall confirm that the
4 survey conforms to the sign structure post, beam,span and foundation design geometry
5 shown in the Plans, and shall identify any deviations from the design geometry shown in
6 the Plans. When deviations are identified,the Contractor shall notify the Engineer, and
7 such notice shall be accompanied by the Contractor's proposed method(s) of
8 addressing the deviations, including removal and reconstruction of the shaft cap portion
9 of the affected concrete foundation as outlined in this Section, or fabrication.repair,
10 adjustment or modification,with associated shop drawings, in accordance with.Section
11 8-21.3(9)A.
12
13 If the Contractor's survey indicates that a concrete foundation has been constructed
14 incorrectly for a sign structure that has already been fabricated, the Contractor may
15 remove and reconstruct the shaft cap portion of the foundation, in accordance with
16 Section 1-07.13, provided the following conditions are satisfied:
17
18 1. The Contractor shall submit the method and equipment to be used to remove
19 the portion of the concrete foundation to be removed and reconstructed to the
20 Engineer for approval in accordance with Section 1-05.3. The submittal shall .
21 include confirmation that the equipment and the method of operation is
22 appropriate to ensure that the existing anchor bolt array and primary shaft
23 vertical steel reinforcing bars will not be damaged.
24
25 2. All steel reinforcing bars, except for steel reinforcing bars extending from the
26 bottom portion of the foundation to remain, shall be removed and disposed of
27 in accordance with Sections 2-02.3 and 2-03.3(7)C, and shall be replaced with
28 new steel reinforcing bars conforming to the size, dimensions and geometry
29 shown in the Plans. All concrete of the removed portion of the foundation shall
30 be removed and disposed of in accordance with Sections 2-02.3 and 2-
31 03.3(7)C.
32
33 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as
34 necessary in accordance with Section 6-02.3(24)C to provide clearance for the
35 anchor bolt array.
36
37 Sign structures shall not be erected on concrete foundations until the Contractor
38 confirms that the foundations and the fabricated sign structures are either compatible
39 with each other and the design geometry shown in the Plans, or have been modified in
40 accordance with this Section and as approved by the-Engineer to be compatible with
41 each other, and the.foundations have attained a compressive strength of 2,400-psi.
42
43 8-21.5 Payment
44 This section is supplemented with the following:
45
46 All costs in connection with surveying completed concrete foundations for sign bridges
47 and cantilever sign structures shall be included in the lump sum contract price for
48 "Structure Surveying", except that when no Bid item is included in the Proposal for
49 "Structure Surveying"then such costs shall be included in the lump sum contract
50 price(s)for"Sign Bridge No._" and "Cantilever Sign Structure No.
51
Amendments to the 2012 Standard Specifications Section 8-21
April 2, 2012 Page 2
I Section 8-25, Glare Screen
2 April 2, 2012
3 In this section, "tension cable" and "cable"are deleted.
4
5 8-25.3(3) Posts
6 The first sentence in the first paragraph is revised to read:
7
8 Posts shall be constructed in accordance with the Standard Plans and applicable
9 provisions of Section 8-12.3(1)A.
10
11 The last paragraph is revised to read:
12
13 All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a
14 watertight top securely fastened to the post. Line posts shall have tops designed to
15 carry the top tension wire.
16
17 8-25.3(5) Tension Cables
18 This section including title is revised to read:
19
20 8-25.3(5) Vacant
Amendments to the 2012 Standard Specifications Section 8-25
ill April 2, 2012 Page 1
I
A
llo�o
o��
1 Section 9-03, Aggregates
2 April 2, 2012
3 9-03.14(1) Gravel Borrow
4 Note ' is deleted, including the reference in the table.
5
6 9-03.14(2) Select Borrow
7 Note ' is deleted.
8
9 Note 2 is re-numbered Note ', including the reference in the table.
10
11 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
12 This section is revised to read:
13.
14 All backfill material for geosynthetic retaining walls shall consist of granular material,
15 either naturally occurring or processed, and shall be free draining, free from organic or
16 otherwise deleterious material. The material shall be substantially free of shale or other
17 soft, poor durability particles, and shall not contain recycled materials, such as glass,
18 . shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The
19 backfill material shall meet the following requirements for grading and quality:
20
Sieve Size Percent Passing
99-100
1" 90-100
No.4 50-80
No.40 30 max.
No. 200 7.0 max.
Sand Equivalent 50 min.
21
22 All percentages are by weight
23
Property Test Method Allowable Test Value
Los Angeles Wear AASHTO T-96 35 percent max.
500 rev.
De ration Factor WSDOT Test Method 113 15 min.
H, permanent walls AASHTO T 289 4.5-9
H, temporary walls AASHTO T 289 3-10
24
25 Wall backfill material satisfying these grading and property requirements shall be
26 classified as nonaggressive.
27
28 9-03.21(1). General Requirements
29 The first sentence in the first paragraph is revised to read:
30
31 Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace
32 Slage may be used as, or blended uniformly with naturally occurring materials for
33 aggregates.
34
35 9-03.21(1)C Vacant
36 This section including title is revised to read:
37
Amendments to the 2012 Standard Specifications Section 9-03
April 2, 2012 Page 1
I 9-03.21(1)C Recycled.Glass (Glass Cullet)
2 Glass Cullet shall meet the requirements of AASHTO M 318 with the additional
3 requirement that the glass cutlet is limited to the maximum amounts set in Section 9-
4 03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to
5 the Project Engineer that the recycled glass meets the physical properties and
6 deleterious substances requirements in AASHTO M-318.
7
8 9-03.21(1) E Table on Maximum Allowable Percent(By Weight) of Recycled
9 Material
1 0 The column heading 'Recycled Glass" is revised to read "Recycled Glass (Glass-Cullet) in
11 the table.
12
13 In the.column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning
14 with the item 'Ballast"and continuing down until the last item in the table.
Amendments to the 2012 Standard Specifications Section 9-03
April 2, 2012 Page 2
1 Section 9-06, Structural Steel and Related Materials
2 April 2, 2012
3 9-06.5(2) High Strength Bolts
4 In this section, "AASHTO M 291"is revised to read "ASTM A 563".
Amendments to the 2012 Standard Specifications Section 9-06
April 2, 2012 Page 1
z
1 Section 9-10, Piling
2 April 2, 2012
3 9-10.4 Steel Pile Tips and Shoes
4 In the first paragraph "ASTMA A 148 Grade 60-90" is revised to read "ASTMA A 148 Grade
5 90-60".
Amendments to the 2012 Standard Specifications . Section 9-10
April 2, 2012 Page 1
1 Section 9-14, Erosion Control and Roadside Planting
2 April 2, 2012
3 9-14.3. Fertilizer
4 The second sentence in the first paragraph is revised to read:
5
6 It may be separate or in a mixture containing the percentage of total nitrogen, available
7 phosphoric acid, and water-soluble potash or sulfur in the amounts specified.
8
9 9-14.4(2). Hydraulically Applied Erosion Control Products (HECPs j
10 The fourth row in Table 1 is revised to read:
11
Heavy Metals EPA 6020A Total Metals Antimony— < 4 mg/kg
Arsenic— < 6 mg/kg
Barium—< 80 mg/kg
Boron— < 160 mg/kg
Cadmium— < 2 mg/kg
Total Chromium— <4 mg/kg
Copper— < 10 mg/kg
Lead— < 5 mg/kg
Mercury— <2 mg/kg
Nickel— <2 mg/kg
Selenium— < 10 mg/kg
Strontium— < 30 mg/kg
Zinc— < 30 mg/kg
12
13 9-14.4(2)A Long Term Mulch
14 In the first paragraph,the phrase "within 2 hours of application" is deleted.
15
16 9-14.4(4) Wood Strand Mulch
17 The third paragraph is revised to read:
18
19 The Contractor shall provide Material Safety Data Sheet (MSDS)that demonstrates that
20 the product is not harmful to plant life and a test report performed in accordance with
21 WSDOT Test Method 125 demonstrating compliance to this specification prior to
22 acceptance.
23
24 9-14.4(8) Compost
25 The second paragraph is revised to read:
26
27 Compost production and quality shall comply with WAC 173-350 and for biosolids
28 composts, WAC 173-308.
29
30 The third paragraph is to read:.
31
32 Compost products shall meet the following physical criteria:
33
34 1. Compost material shall be tested in accordance with U.S. Composting Council
35 Testing Methods for the Examination of Compost and Composting (TMECC)
36 02.02-B, "Sample Sieving for Aggregate Size Classification".
37
Amendments to the 2012 Standard Specifications Section 9-14
April 2, 2012 Page 1
II
1 Fine compost shall meet the following gradation:
2
Sieve Size Percent Passing
Minimum Maximum
1" 100
90 100
75 100
3
4 Note Maximum particle length of 4 inches.
5
6 Medium compost shall meet the following gradation:
7
Sieve Size Percent Passing
Minimum Maximum
1" 100
5/8" 85 100
%11 70 85
8
9 Note Maximum particle length of 4 inches. Medium compost shall have a
10 carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to
11 nitrogen ration shall be calculated using dry weight of"Organic Carbon"
12 using TMECC 04.01A divided by the dry weight of"Total N" using TMECC
13 . 04.02D.
14
15 Coarse compost shall meet the following gradation:
16
Sieve Size Percent Passing
Minimum Maximum
2" 100
1" 90 100
70 100
40 60
17
18 Note Maximum particle length of 6 inches. Coarse compost shall have a.carbon
19 to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio
20 shall be calculated using the dry weight of"Organic Carbon" using
21 TMECC 04.01A divided by the dry weight of"Total N" using TMECC
22 04.02D.
23
24 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S.
25 Composting Council TMECC 04.11-A, 1:5 Slurry pH".
26
27 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
28 less than 1 percent by weight as determined by U.S. Composting Council
29 TMECC 03.08-A"Classification of Inerts by Sieve Size".
30
31 4. Minimum organic matter shall be 40 percent by dry weight basis as determined
32 by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter
33 Method (LOI)".
34
Amendments to the 2012 Standard Specifications Section 9-14
April 2, 2012 Page 2
I
1 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in
2 accordance with U.S. Composting Council TMECC 04.10"Electrical
3 Conductivity."
4
5 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting
6 Council TMECC 05.05-A, "Germination and Root Elongation".
7
8 7. Stability shall be 7-mg CO2—C/g OM/day or below in accordance with U.S.
9 Composting Council TMECC 05.08-13"Carbon Dioxide Evolution Rate".
10
11 8. The compost product shall originate from organic waste as defined in WAC
12 173 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and/or"Type 3
13 Feedstocks". The Contractor shall provide a list of feedstock sources by
14 percentage in the final compost product.
15
16 9. The Engineer may also evaluate compost for maturity using U.S. Composting
17 Council TMECC 05.08-E "Solvita®Maturity Index". Fine compost shall score a
18 number 6 or above on the Solvita®Compost Maturity Test. Medium and
19 coarse compost shall score a 5 or above on the Solvita@ Compost Maturity
20 Test.
21
22 .9-14.4(8)A Compost Approval
23 This section's title is revised to read:
24
25 9-14.4(8)A Compost Submittal Requirements
26
27 The first sentence in this section up until the colon is revised to read:
28
29 The Contractor shall submit the following information to the Engineer for approval:
30
31 Item No. 2 in the first paragraph is revised to read:
32
33 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
34 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum
35 Functional Standards for Solid Waste Handling) or for biosolid composts a copy of
36 the Coverage Under the General Permit for Biosolids Management issued to the
37 manufacturer by the Department of Ecology in accordance with WAC 173-308
38 (Biosolids Management).
39
40 9-14.5(2) Erosion Control Blanket
41 The second sentence in the first paragraph is revised to read:
42
43 The Contractor shall supply independent test results from the National Transportation
44 Product Evaluation Program (NTPEP) meeting the following requirements in Tables 6
45 and 7:
46
47 9-14.5(4) Geotextile Encased Check Dam
48 This section including title is revised to read:
49
50 9-14.5(4) Check Dams
51 All materials used for check dams shall be non-toxic and not pose a threat to wildlife
52 when installed.
Amendments to the 2012 Standard Specifications Section 9-14
April 2, 2012 Page 3
1
2 This section is supplemented with the following new sub-sections:
3
4 9-14.5(4)A Biodegradable Check Dams
5 Biodegradable check dams shall meet the following requirements:
6
7 Biodegradable Check Dams Materials
8 Wattle Check Dam 9-14.5(5)
9 Compost Sock Check Dam 9-14.5(6)
10 Coir Log Check Dam 9-14.5(7)
11
12 The Contractor may substitute a different biodegradable check dam as long as it
13 complies with the following and is approved by the Engineer:
14
15 1. Made of natural plant fiber.
16
17 2. Netting if present shall be biodegradable.
18
19 9-14.5(4)B Non-biodegradable Check Dams
20 Non-biodegradable check dams shall meet the following requirements:
21
22 1. Geotextile materials shall conform to section 9-33 for silt fence.
23
24 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall
25 be approved by the Engineer prior to installation.
26
27 9-14.6(1) Description
28 In item No. C in the fourth paragraph, "22-inch"is revised to read "2-inch".
Amendments to the 2012 Standard Specifications Section 9-14
April 2, 2012 Page 4
I Section 9-16, Fence and Guardrail
2 April 2, 2012
3 9-16.1(1)A- Post Material for Chain Link Fence
4 The last sentence in the last paragraph is deleted.
5
6 9-16.1(1)C Tension Wire and Tension Cable
7 This section including title is revised to read:
8
9 9-16.1(1)C Tension Wire
10 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
11 shall be Class 1.
12
13 9-16.1(1)D Fittings and Hardware
14 The last paragraph is deleted.
15
16 9-16.1(2) Approval
17 This section is deleted.
18
19 9-16.6(3) Posts
20 This section is revised to read:
21
22 Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized
23 steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and
24 pull posts for Type 1 Design A and B and Type 2 shall be 2'/2 inch inside diameter
25 galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate
26 pull posts (braced line posts) shall be as specified for line posts.
27
28 The base material for the manufacture of steel pipes used for posts shall conform to the
29 requirements of ASTM A 53, except the weight tolerance on tubular posts shall be
30 applied as provided below.
31.
32 Posts provided for glare screen will have an acceptance tolerance on the weight per
33 linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to
34 each individual post.
35
36 -All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The
37 minimum average zinc coating is per square foot of surface area. This area is defined
38 as the total area inside and outside. A sample for computing the average of mass of
39 coating is defined as a 12-inch piece. cut from each end of the galvanized member.
40
41 9-16.6(5) Cable
42 This section including title is revised to read:
43
44 9-16.6(5) Vacant
45
46 9-16.6(6) Cable and Tension Wire Attachments
47 This section including title is revised to read:
48
Amendments to the 2010 Standard Specifications Section 9-16
April 2, 2012 Page 1
1 9-16.6(6) Tension Wire Attachments
2 All tension wire attachments shall be galvanized steel conforming to the requirements of
3 AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a
4 back-up nut on the eye end and be provided with an eye nut where needed or standard
5 hex nut and lock washer'/-inch diameter for tension wire and of sufficient length to
6 fasten to the type of posts used. Turnbuckles shall be of the shackle end type, '/2 inch
7 diameter,with standard take-up of 6 inches and provided with% inch diameter pins.
8
9 9-16.6(9) Fabric Bands and Stretcher Bars
10 The first paragraph is revised to read:
11
12 Fabric bands shall be '/ inch by 1 inch nominal. Stretcher bars shall be 3/6 inch by
13 inch nominal or 5/16 inch diameter round bar nominal. A5/16 inch diameter round
14 stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of
15 the cross section of the shape obtained by multiplying the specified width by thickness.
16 A variation of minus 5=percent from this theoretical area shall be construed as"nominal'
17 size. All shall be galvanized to meet the requirements of ASTM F 626.
Amendments to the 2010 Standard Specifications Section 9-16
April 2, 2012 Page 2
1 Section 9-23, Concrete Curing Materials and Admixtures
2 April 2, 2012
3 9-23.2 Liquid Membrane-Forming Concrete Curing Compounds
4 In the first paragraph, "moisture loss" is revised to read"water retention".
Amendments to the 2012 Standard Specifications Section 9-23
April 2, 2012 Page 1
po
�j�
1 Section 9-29, Illumination, Signal, Electrical
2 April 2, 2012.
3 9-29.10(2) Decorative Luminaries
4 The second sentence in the third paragraph is deleted.
5
6 9-29.25 Amplifier, Transformer, and Terminal Cabinets
7 In item No. 2.C., "Transformer 23.1 to 12.5 KVA°is revised to read "Transformer 3.1 to 12.5
8 KVA".
Amendments to the 2012 Standard Specifications Section 9-29
April 2, 2012 Page 1
A
O
1 Section 9-34, Permanent Marking Material
2 April 2, 2012
3 9-34.2 Paint
4 The second paragraph is revised to read:
5
6 Blue and black paint shall comply with the requirements for yellow paint in Section 9-
7 34.2(4)and Section 9-34.2(5), with the exception that blue and black paints do not need
8 to meet the requirements for titanium dioxide, directional reflectance, and contrast
9 ration.
10
�I
I
Amendments to the 2012 Standard Specifications Section 9-34
April 2, 2012 Page 1
A
�9,
Of
APPENDIX A-SAMPLE FORMS CITY OF RENTON
SAMPLES
APPENDIX A
SAMPLE FORMS
DOCUMENTS IN THE FOLLOWING FORMS MUST BE SUBMITTED BY THE CONTRACTOR
TO THE CITY.
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
/APPENDIX A — SAI'A f t-6 FoAPAS
Washington State
Af
Department of Transportation Request to Sublet Work
❑Subcontractor ❑Lower Tier Subcontractor p DBE
Prime Contractor Federal Employer I.D.Number` State Contract Number
Job Description(Title) Request Number
Approval is Requested to Sublet the Following Described Work to:
Subcontractor or Lower Tier Subcontractor Federal Employer I.D.Number•
Address — Telephone Number
City ---- -- State Zip Code Estimated Starting Date- --—
If t-ower Tier Subcontractor,ID of Corresponding Subcontractor •ffno Federal Employer l-D.Number,
Use Owner's Social Security Number
Item No. Partial Item Description i Amount
t
I
i -
l understand and will insure that the subcontractor wilt. Prime Contractor Signature Date
comply fully with the plans and specifications under
which this work is being performed.
Department of Transportation Use'Only
Percent of Total Contract !DBE Status Verification
This Request _—_.. _ ..
Previous Requests —__ _ % '
Sublet to Date %
Project Engineer (Date Approved-Region Construction Engineer Date
❑Approved `(When Required)
DOT Form 421-012 EF Distribution: White(Original)-Region Canary(Copy)-Project Engineer Pink(Copy)-Contractor
Revised 7102
Washington State Department of Transportation Monthly Employment Utilizeition Report �
-'/
Name and Address of Contractor WSDOT Contract Number Federal Aid Number Employer's I.D.Number Federal Funding Agency Z
Project Description and Location County _ Reporting Period X
From ...
To V)
Total Contract Construction Work Hours Percentages Employees ' 3
b-. C. d. e. 2.. 3. 4. 5. -
r
Construction Classifications Total Work'Hours Black(Not Hispanic Asian or American Minority Female Total Total Number Pl
Trade ; of All Employees of Hispanic Pacific Indian or Percentage Percentage Number of of Minority
By Trade Origin) Islander Alaskan Native Employees Employees
M F M F M F M F M. F M, F I M F
A
'Journey Worker w
_._ .
Apprentice ---_t
'Trai-%ee
Journey Worker
i
Apprentice
Trainee '
Journey Worker
' ,Apprentice -- - -- - -•--- --- -...---- — ---�—•--
Trainee
Journey Worker s
Apprentice
Trainee i
Journey Worker.
'Apprentice
Trainee -- _ -- -
Total Journey Workers
Total Apprentices
Total Trainees
Grand Total
Company Official's Signature and Title Telephone Number Date Signed Page
of
DOT Form 620-01,0 EF This form replaces U.S.Dept.of Labor Form CC 257
Revised 6/99
I
APPENDIX A SAMPLE FORNS CITY OF RENTOI
Reeyded•Product.Reporting For3n
Upda compIztion of project, indicate the type,amount and cost of each recycled productparchaSed for
and used in the project Return the completed ford to the pnojea manager. -
Project Date:
C3.G NO.: Contractor:
_ :Recycled Product-, .Amount � � Unit of Measin-e Cost per Unit
Q Conipost"Produa
- •Qassphalt•or Rubberized .
- Asphalt
Q R--crushed Coria-ete or
Asphalt
D R. vcie3 Glass Caller. '
Reavae.d PIastic imrn er. ( .
Q Qrhe..r.Recycled Plastic t _
El PUI=ycled Btiildirig
Insulation .
Q R.:-gc:ed Paint
C� Raz rdeii Rubber Product 4
77
❑ RzrKfclzd Carpet {
Cl Other.Recycled Product
U
Signed.
nth Date: :
Department of Labor and Industries
prevailing wage STATEMENT OF INTENT TO
. ,R+�
(360)902-5335 PAY PREVAILING WAGES
www.lnLwa-govt/rradesUcensing/PrevaOingwage P
Public Works Contract
$25.00 Filing Fee R uired
• This form must be typed or printed in ink Project Name Contract#
• Large,bold numbers match instructions on back of form.
• Please allow a minimum of 10 working days for processing.- Contract Awarding Agency(public agency-not federal or private)
• Once ved our form will be steel online at the above website:
Address
Contractor,company or agency name,address,city,state&Z111+4 "
City State 2IP+4
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
Bid due date (mm/dd/yy) Date contract awarded(mm/dd/yy)
Virdl all work be subcontracted?_ Do you intend to use subcontractors?
❑ Yes ❑ No ❑ Yes ❑ No
Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices?
❑ Yes ❑ No
Cr aft/h adel occupation(Do NOT list apprentices) Estimated no. Rate of Rate of)roudy fringe
Indicate number of owners eqxzted to perform work. of workers hourly benefits
Company name Indicate total dollar amount of your contract $.
or time and materials if applicable.
Address I hereby certify that the above information is.correct and that all
workers I employ on this Public works Project will be paid no less
City State 21P+4 than the Prevating wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
Email address Phone number
_ Check Number. ❑ $25 or $
Issued By:
APPROVED:. Department of Labor and Industries
By
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Canary copy—L&I
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based
on the date bids from prime contractor were due to the contract awarding .
agency.
Craft/trade/occupation Craft not listed,-not specific,or does not match prevailing wage
occupation listings.
Owner/Operators: If the work.will be performed by owners/partners,
state°Owner/Operator'under the°Craft°section,and the wage and
fringe need not be completed.. Do list the number of owners on the job.
(Individuals who own less than 30%of the company are not considered
to be owner/operators and must be' aid prevailing wage.)
All word subcontracted: If all work will be performed by
subcontractors,check the appropriate box on the form.
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of
qualified hourly fringe benefits, as defined by RCW 39.12.010,that you
will actually provide to the workers.. The amount listed for"Rate of
Hourly Pay°plus the amount listed for the°Rate of Hourly Fringe
Benefits", if any, must equal or exceed the Prevailing Wage rate.
Estimated number of workers Missing
Total Dollar Amount of Your-Contract Missing—Enter"time and materials"if applicable.The exact dollar
:t amount will be required on the Affidavit of Wages Paid form.
Contractor Registration No.or UBI Missing or not registered.•Companies not required to obtain a
contractor's registration number need only indicate UBI (i.e.,janitorial,
" surveying,truck driving).
Signature Missing—Intent must be signed by an authorized representative.
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent If you use apprenti ces on this project,they'
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and
Training Council within 60 days of hire.. Any workers not registered as such must be paid prevailing journey level wages. Call(360)
902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor.and Industries MUST ALSO be
registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form,use additional Intent forms as needed. Please indicate at the
top of each form"Page 1 of 2 "Page 2 of 2",etc. No additional fee is fequired. No other attachments will be accepted.
Approval of this Intent will be based on the information provided by the contractor/subcontracfor.'It does not signify approval
of the classifications of tabor used by the contractor/subcontractor.
L&l will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records.
A copy of the approved Intent form for each employer must be-posted at the jobsite for contracts in excess of$10,000.00.
Pre vailing wage rates are available on the Internet at www.Lni.wa.gov/TmdesLicensinn/PrevailinuWage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT.OF L'.ABORAND INDUSTRIES will show in a.window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335
F700-029-000 statement of intent to pay prevailing wages—backer 12-04
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through H1
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
Title:
18 RTM.DOC1
APPENDIX B-HOURLY NUNIMUM WAGE RATES CITY OF RENTON
APPENDIX B
HOURLY MINIMUM WAGE RATES
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
Page 1 of 17
State of Washington
Department.of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date:
5/25/2012
County Trade Job Classification Wage Holiday Overtime N to e
King Asbestos Abatement Workers Journey Level $40.03 5D 1 H
King Boilermakers Journey Level $60.24 5N 1C
King Brick Mason Brick And Block Finisher $41.41 5A 1M
King Brick Mason Journey Level $48.27 5A 1M
King Brick Mason Pointer-Caulker-Cteaner $48.27 5A 1M
IKing Building Service Employees Janitor $19.52 5S 2F
King Building Service Employees Traveling Waxer/shampooer $19.93 5S 2F
IKing Building,Service Employees Window Cleaner (Scaffold) $23.94 5S 2F
King Building Service Employees Window Cleaner(non-scaffold) $23.08 5S 2F
King Cabinet Makers (In Shop) Journey Level $22.74 1
King Carpenters Acoustical Worker $48.63 5D 1M
King Carpenters Bridge, Dock And Wharf $48.47 5A 1M
Carpenters
King Carpenters Carpenter $48.47 51) 1M
King Carpenters Creosoted Material $48.57 5D iM
King Carpenters Floor Finisher $48.60 5D 1M 3
iKing Carpenters Floor Layer $48.60 5D 1M
King Carpenters Floor Sander $48.60 5D 1M
King Carpenters Sawfiler $48.60 5D 1M
King Carpenters Shingler $48.60 5D 1M
King Carpenters Stationary Power Saw Operator $48.60 5D 1M
King Carpenters Stationary Woodworking Tools $48.601 5D 1M
King Cement Masons Journey Level $49.15 7A 1M
King Divers Et Tenders Diver $100.28 5D 1M 8A
King Divers Et Tenders Diver On Standby $56.68 5D 1M
King Divers Et Tenders Diver Tender $52.23 5D 1M
King Divers Et Tenders Surface Rcv Et Rov Operator $52:23 5D 1M I
King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1B J
4
httDs:H fortress.wa.gov/lni/waeelookub/DrvWavelookuD.ast)x 05/25/2012
Page 2 of 17
Tender
King Dredge Workers Assistant Engineer $49.57 5D 1T 8L
King Dredge Workers Assistant Mate(deckhand) $49.06 5D IT 8L
King Dredge Workers Engineer Welder $49.62 5D IT 8L
King Dredge Workers Leverman, Hydraulic $51.19 5D IT 8L
King Dredge Workers Maintenance $49.06 5D IT 8L
King Dredge Workers Mates And Boatmen $49.57 5D IT 8L
t
King Dredge Workers Oiler $49.19 5D IT 8L
.King Drywall Applicator Journey Level $48.47 5D 1M
King Drywall Tapers Journey Level $48.79 5P 1 E
King Electrical Fixture Maintenance Journey Level $25.34 5L 1E
Workers
King Electricians - Inside Cable Splicer $61.93 7C 2W
King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W
King Electricians -Inside Certified Welder $59.83 7C 2W
King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W
King Electricians - Inside Construction Stock Person $31.83 7C 2W
King Electricians - Inside Journey Level $57.721 7C 2W
King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W
King Electricians - Motor Shop Craftsman $15.37 1
King Electricians -Motor Shop Journey Level $14.69 1
King Electricians - Powerline Cable Splicer $64.95 5A 4A
Construction
King Electricians - Powerline Certified Line Welder $59.37 5A 4A
Construction
King Electricians - Powerline Groundperson $42.16 5A 4A
Construction
;King Electricians- Powerline Head Groundperson $44.50 5A 4A
Construction
King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A
Construction Operator
King Electricians - Powerline Jackhammer Operator $44.50 5A 4A
Construction
King Electricians- Powerline Journey Level Lineperson $59.37 5A 4A
Construction
King Electricians - Powerline Line Equipment Operator $49.95 5A 4A
Construction
King Electricians - Powerline Pole Sprayer $59.37 5A 4A
Construction
$King Electricians - Powerline Powderperson $44.50 5A 4A
g Construction
King Electronic Technicians Journey Level $31.00 1
King Elevator Constructors Mechanic $75.24 7D 4A
t
King Elevator Constructors Mechanic In Charge $82.00 7D 4A
King Fabricated Precast Concrete All Classifications - In-Factory $14.15 5B 2K
Products Work Only
King Fence Erectors Fence Erector $15.18 1
9 ry'
Page 3 of 17
King Flagaers Journey Level $33.93 7A 2Y
King Glaziers Journey Level $50.91 7L 1Y
King Heat Et Frost Insulators And Journeyman $55.68 5J 15
i Asbestos Workers
King Heating Equipment Mechanics Journey Level $67.82 7F 1E
}King Hod Carriers It Mason Tenders Journey Level $41.28 7A 2Y
King Industrial Engine And Machine Journey Level $15.65 1
Mechanics
`King Industrial Power Vacuum Journey Level $9.24 1
Cleaner
King Inland Boatmen Boat Operator $51.95 5B 1K
j King Inland Boatmen Cook $48.62 5B 1K
King Inland Boatmen Deckhand $48.62 5B 1 K
f King Inland Boatmen Deckhand Engineer $49.60 5B 1K
King Inland Boatmen Launch Operator $50.80 5B 1K
King Inland Boatmen Mate $50.80 5B 1K
King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1
Sewer Et Water Systems By Operator 1
Remote Control I
I King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1
Sewer Et Water Systems By
Remote Control
;King Inspection/Cleaning/Seating Of Head Operator $24.91 1
Sewer Et Water Systems By
Remote Control
King Inspection/Gleaning/Sealing Of Technician $19.33 1
Sewer Et Water Systems By
Remote Control
i
King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1
Sewer Et Water Systems By
Remote Control
King Insulation Insulation Appticators Journey Level $48.47 5D 1M
King Ironworkers Journeyman $58.27 IN 10
King Laborers Air, Gas Or Electric Vibrating $40.03 7A 2Y
Screed l
King Laborers Airtrac Drill Operator $41.28 7A 2Y
King Laborers Ballast Regular Machine $40.03 7A 2Y a
King Laborers Batch Weighman $33.93 7A 2Y
King Laborers Brick Pavers $40.03 7A 2Y
King Laborers Brush Cutter $40.03 7A 2Y
King Laborers Brush Hog Feeder $40.03 7A 2Y
1 King Laborers Burner $40.03 7A 2Y
King Laborers Caisson Worker $41.28 7A 2Y
King Laborers Carpenter Tender $40.03 7A 2Y
King Laborers Caulker $40.03 7A 2Y
i King Laborers Cement Dumper-paving $40.77 7A 2Y
King Laborers Cement Finisher Tender $40.03 7A 2Y
hitns_//fortres s.wa..f-r ov/lni/waeelookun/nrvWaaelookun.asnx 05/25/2012
Page 4 of 17
King Laborers Change House Or Dry Shack $40.031 7A 2Y
King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 2Y
King Laborers Chipping Gun(30 Lbs. And $40.77 7A 2Y
Over)
King Laborers Choker Setter $40.03 7A 2Y
(King Laborers Chuck Tender $40.03 7A 2Y
6King Laborers Clary Power Spreader $40.77 7A 2Y
King Laborers Clean-up Laborer $40.03 7A 2Y
King. Laborers Concrete Dumper/chute $40.77 7A 2Y
Operator
King Laborers Concrete Form Stripper $40.03 7A 2Y
King Laborers Concrete Placement Crew $40.77 7A 2Y
King Laborers: Concrete Saw Operator/core $40.77 7A 2Y
Driller
King Laborers Crusher Feeder $33.93 7A 2Y
King Laborers Curing Laborer $40.03 7A 2Y
King Laborers Demolition: Wrecking 8t Moving $40.03 7A 2Y
(incl. Charred Material)
King Laborers Ditch Digger $40.03 7A 2Y
'King Laborers Diver $41.28 7A 2Y
King Laborers Drill Operator $40.77 7A 2Y
(hydrau tic,diamond)
King Laborers Dry Stack Walls $40.03 7A 2Y
lKing Laborers Dump Person $40.03 7A 2Y
King Laborers Epoxy Technician $40.03 7A 2Y
King Laborers Erosion Control Worker $40.03 7A 2Y
King Laborers Faller Et Bucker Chain Saw $40.771 7A 2Y
King Laborers Fine Graders $40.03 7A 2Y
King Laborers Firewatch $33.93 7A 2Y
'King Laborers Form Setter $40.03 7A 2Y
King Laborers Gabian Basket Builders $40.03 7A 2Y
King Laborers General Laborer $40.03 7A 2Y
King Laborers Grade Checker Et Transit $41.28 7A 2Y
Person
King Laborers Grinders , $40.03 7A 2Y
King Laborers Grout Machine Tender $40.03 7A 2Y
King Laborers Groutmen (pressure)including $40.77 7A 2Y
Post Tension Beams
King Laborers Guardrail Erector $40.03 7A 2Y
King Laborers Hazardous Waste Worker (level $41.28 7A 2Y
A)
King Laborers Hazardous Waste Worker (level $40.77 7A 2Y
B)
King Laborers Hazardous Waste Worker(level $40.03 7A 2Y
I- C)
lKing Laborers High Scaler $41.28 7A 2Y
d
Page 5of17
III
King Laborers Jackhammer $40.77 7A 2Y
King Laborers Laserbeam Operator $40.77 7A 2Y
King Laborers Maintenance Person $40.03 7A 2Y
King Laborers Manhole Builder-mudman $40.77 7A 2Y
King Laborers Material Yard Person $40.03 Z 2Y
King Laborers Motorman-dinky Locomotive $40.77 7A 2Y
lKing Laborers Nozzleman (concrete Pump, $40.77 7A 2Y
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King Laborers Pavement Breaker $40.77 7A 2Y
King Laborers Pilot Car $33.93 7A 2Y i
King Laborers Pipe Layer Lead $41.28 7A 2Y
King Laborers Pipe Layer/tailor $40.77 7A 2Y
King Laborers Pipe Pot Tender $40.77 7A 2Y
King Laborers Pipe Reliner $40.77 7A 2Y
King- Laborers Pipe Wrapper $40.77 7A 2Y
King Laborers Pot Tender $40.03 7A 2Y 4
King Laborers Powderman $41.281 7A 2Y
King Laborers Powderman's Helper $40.03 7A 2Y
`King Laborers Power Jacks $40.77 7A 2Y
King Laborers Railroad Spike Puller - Power $40.77 7A 2Y
King Laborers Raker- Asphalt $41.28 7A 2Y
King Laborers Re-timberman $41.28 7A 2Y
King Laborers Remote Equipment Operator $40.77 7A 2Y
King Laborers Rigger/signal Person $40.77 7A 2Y
,King Laborers Rip Rap Person $40.03 7A 2Y
1 King Laborers Rivet Buster $40.77 7A 2Y
King Laborers Rodder $40.77 7A 2Y
a
King Laborers Scaffold Erector $40.03 7A 2Y
King Laborers Scale Person $40.03 7A 2Y
King Laborers Sloper (over 20") $40.77 7A 2Y
King Laborers Sloper Sprayer $40.03 7A 2Y
King Laborers Spreader (concrete) $40.77 7A 2Y j
3
King Laborers Stake Hopper $40.03 7A 2Y
King Laborers Stock Piler $40.03 7A 2Y
King Laborers Tamper Et Similar Electric, Air $40.77 7A 2Y
Et Gas Operated Tools #
King Laborers Tamper (multiple Et Self- $40.77 7A 2Y .
propelled)
King Laborers Timber Person - Sewer (lagger, $40.77 7A 2Y
Shorer Et Cribber)
King Laborers Toolroom Person (at Jobsite) $40.03 7A 2Y
King Laborers Topper $40.03 7A 2Y
t
bttnc•//fnrtrPCC izia anv/In;AX7%UPI nnl(nn/nnIVJaaPlnnllnn acnx 5/?()1?
Page 6 of 17
King Laborers Track Laborer $40.03 7A 2Y
King Laborers Track Liner (power) $40.77 7A 2Y
King Laborers Truck Spotter $40.03 7A 2Y
King Laborers Tugger Operator $40.77 7A 2Y
King Laborers Tunnel Work-Compressed Air $52.08 7A 2Y AQ
Worker 0-30 psi
King Laborers Tunnel Work-Compressed Air $57.08 7A 2Y 8Q
Worker 30.01-44.00 psi
King Laborers Tunnel Work-Compressed Air $60.76 7A 2Y 8D
t
Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed Air $66.46 7A 2Y 8�C
Worker 54.01-60.00 psi
King Laborers Tunnel Work-Compressed Air $68.58 7A 2Y 8�(
Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed Air $73.68 7A 2Y 8D
Worker 64.01-68.00 psi
,King . Laborers Tunnel Work-Compressed Air $75.58 7A 2Y
Worker 68.01-70.00 psi
King Laborers Tunnel Work-Guage and Lock $41.38 7A 2Y 8�(
Tender
King Laborers Tunnel Work-Miner $41.38 7A 2Y
King Laborers Vibrator $40.77 7A 2Y
'King Laborers Vinyl Seamer $40.03 7A 2Y
King Laborers Watchman $30.84 7A 2Y
King Laborers Welder $40.77 7A 2Y
King Laborers Well Point Laborer $40.77 7A 2Y I
King Laborers Window Washer/cleaner $30.84 7A 2Y
King Laborers - Underground Sewer General Laborer Et Topman $40.03 7A 2Y
Et Water
gKing Laborers - Underground Sewer Pipe Layer $40.77 7A 2Y
r
Et Water
King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1
Installers
King Landscape Construction Landscape Equipment $28.17 1
Operators Or Truck Drivers
King Landscape Construction Landscaping or Planting $17.87 1
Laborers
King Lathers Journey Level $48.74 5D 1H
King Marble Setters Journey Level $48.27 5A 1M
King Metal Fabrication (In Shop) Fitter $15.86 1
King Metal Fabrication (In Shop) Laborer $9.78 1
King Metal Fabrication In Shop) Machine Operator $13.04 1
King- Metal Fabrication (In Shop) Painter $11.10 1.
King Metal Fabrication (in Shop) Welder $15.48 1
,King Millwright Journey Level $49.47 5D 1M p
h
3King Modular Buildings Cabinet Assembly $11.56 1
King Modular Buildings Electrician $11.56 1
a
Page 7 of 17
King Modular Buildings Equipment Maintenance $11.56 1
King Modular Buildings Plumber $11.56 1
King Modular Buildings Production Worker $9.40 1
(King Modular Buildings Tool Maintenance $11.56 1
€King Modular Buildings Utility Person $11.56 1
King Modular Buildings Welder $11.56 1
King Painters Journey Level $35.72 6Z 2B ,
King Pile Driver Journey Level $48.67 5A 1M
King Plasterers Journey Level $46.88 770 1R
King Playground 8 Park Equipment Journey Level $9.04 1
Installers
King Plumbers at Pipefitters Journey Level $70.84 6Z 1 G
King Power Equipment Operators Asphalt Plant Operators $50.39 7A IT 8P
King Power Equipment Operators Assistant Engineer $47.12 7A IT 8P
King Power Equipment Operators Barrier Machine (zipper) $49.90 7A IT 8P
King Power Equipment Operators Batch Plant Operator, $49.90 7A IT 8P
Concrete
King Power Equipment Operators Bobcat $47.12 7A.. IT 8P
King Power Equipment Operators Brokk- Remote Demolition $47.12 7A IT 8P
Equipment
King Power Equipment Operators Brooms $47.12 7A IT 8P
King Power Equipment Operators Bump Cutter $49.901 7A IT 8P
King Power Equipment Operators Cableways $50.39 7A IT 8P
King Power Equipment Operators Chipper $49.90 7A IT 8P
King Power Equipment Operators Compressor $47.12 7A IT 8P
King Power Equipment Operators Concrete Pump: Truck Mount $50.39 7A IT 8P
With Boom Attachment Over 42
= M
King Power Equipment Operators Concrete Finish Machine -laser $47.12 7A IT 8P
Screed
King Power Equipment Operators Concrete Pump - Mounted Or $49.48 7A IT 8P
Trailer High Pressure Line
Pump, Pump High Pressure.
{King Power Equipment Operators Concrete Pump: Truck Mount $49.90 7A IT 8P
I With Boom Attachment Up To
42m
King Power Equipment Operators Conveyors $49.48 7A IT 8P
(King Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A IT 8P
Tons With Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
King Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A IT 8P i
Tons, or 150' of boom
(including jib with
attachments); Overhead,
bridge type, 100 tons and over;
Tower crane up to 175' in
height, base to boom.
l
httns,//foi-tress.wa.gov/lnl/waaelookuD/-DrvWaLyelookur).aSDX 05/25/2012
Page 8 of 17
. II'
King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $51.51 7A IT 8P
Or 250'Of Boom (including Jib
With Attachments)
King Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A 1T 8P
Tons, Under 150'Of Boom
(including Jib With
Attachments)
King Power Equipment Operators Cranes: A-frame - 10 Tons And $47.12 7A IT 8P
Under
King Polder Equipment Operators Cranes: Friction 100 Tons $51.51 7A IT 8P
Through 199 Tons
King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A IT 8P
King Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P
Of Boom (including Jib With
Attachments)
King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A IT 8P
Attachments A-frame Over 10
Tons
,King Power Equipment Operators Crusher $49.90 7A IT 8P
t
King Power Equipment Operators Deck Engineer/deck Winches. $49.90 7A IT 8P
(power) .
King Power Equipment Operators Derricks, On Building Work $50.39 7A IT 8P
King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A IT 8P
Over
King Power Equipment Operators Dozers D-9 Et Under $49.48 7A IT 8P
King Power Equipment Operators Drill Oilers: Auger Type, Truck $49.48 7A IT 8P
Or Crane Mount
King Power Equipment Operators Drilling Machine $49.90 7A IT 8P
;King Power Equipment Operators Elevator And Man-lift: $47.12 7A IT 8P
Permanent And Shaft.Type
9King Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A IT 8P
Gamaco Et Similar Equipment
King Power Equipment Operators Forklift:,3000 Lbs And Over $49.48 7A IT 8P
With Attachments b
King Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A IT 8P
Attachments
King Power Equipment Operators Grade Engineer: Using Blue $49.90 7A IT 8P
Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/stakeman $47.12 7A IT 8P
King Power Equipment Operators Guardrail Punch/Auger $49.90 7A IT 8P
King Power Equipment Operators Hard Tail End Dump $50.39 7A IT 8P
Articulating Off- Road
Equipment 45 Yards. Et Over
King Power Equipment Operators Hard Tail End Dump $49.90 7A IT 8P .
Articulating Off-road
Equipment Under 45 Yards W
King Power Equipment Operators Horizontal/directional Drill $49.48 7A IT 8P
Locator
King Power Equipment Operators Horizontal/directional Drill $49.90 7A IT 8P
Operator
t
Page 9 of 17
King Power Equipment Operators Hydralifts/boom Trucks Over $49.48 7A IT 813
10 Tons
King Power Eauipment Operators Hydralifts/boom Trucks, 10 $47.12 7A IT 2P
Tons And Under
IKing Power Equipment Operators Loader, Overhead 8 Yards. & $50.94 7A 1T 8P
Over
King Power Equipment Operators Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P
Not Including 8 Yards
King Power Equipment Operators Loaders; Overhead Under 6 $49.90 7A 1T $P
Yards
King Power Equipment Operators Loaders, Plant Feed $49.90 7A IT 8P E
{King Power Equipment Operators Loaders: Elevating Type Bett $49.48 7A 1T 8P
King Power Equipment Operators Locomotives, All $49.90 7A IT 8P
King Power Equipment Operators Material Transfer Device $49.90 7A IT 8P
King Power Equipment Operators Mechanics, All (leadmen $50.94 7A IT 8P
j $0.50 Per Hour Over Mechanic)
King Power Equipment Operators Mixers: Asphalt Plant $49.90 7A IT 8P
King Power Equipment Operators Motor Patrol Grader - Non- $49.48 7A IT 8P
k finishing
EKing Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A IT 8P i
;King Power Equipment Operators Mucking Machine, Mole, Tunnel $50.39 7A IT 8P
Drill, Boring, Road Header
And/or Shield
EKing Power Equipment Operators Oil Distributors, Blower $47.12 7A IT 8P
Distribution Et Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P F
Manlifts), Air Tuggers,strato
King Power Equipment Operators Overhead, Bridge Type: 45 $50.39 7A IT 8P
I Tons Through 99 Tons
King Power Equipment Operators Pavement Breaker $47.12 7A IT 8P
King Power Equipment Operators Pile Driver (other Than Crane $49.90 7A IT 8P
' Mount)
fKing Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A IT 8P ,
King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A IT 8P
;King Power Equipment Operators Power Plant $47.12 7A IT 8P
King Power Equipment Operators Pumps - Water $47.12 7A IT 8P
King Power Equipment Operators Quick Tower - No Cab, Under $47.12 7A IT 8P
100 Feet In Height Based To
Boom
King Power Equipment Operators Remote Control Operator On $50.39 7A IT 8P
Rubber Tired Earth Moving
i
Equipment
fKing Power Equipment Operators Rigger And Bellman $47.12 7A 1 T 8P
King Power Equipment Operators Rollagon $50.39 7A IT 8P.
i King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A IT 8P
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P
{ Materials
4
littps:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 05/25/2012
Page 10 of 17
King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P
King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P
King _Power Equipment Operators Scraper, Self Propelled Under $49.90 7A 1T 8P
45 Yards
King Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P
King Power Equipment Operators Scrapers, Self-propelled: 45 $50.39 7A 1T 8P
Yards And Over
°King Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P
King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P
King Power Eauipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P
Tractors Under 15 Metric Tons.
King Power Equipment Operators Shovel, Excavator, Backhoe: $50.39 7A 1T
2P
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A IT 8P
i
Tractors: 15 To 30 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $50.94 7A 1T 8P
Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A 1T 8P
Over 90 Metric Tons
King Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P
King Power Equipment Operators Spreader, Topsider a $50.39 7A IT 8P
Screedman
King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P
IlKing Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P
King Power Equipment.Operators Tower Crane Over 175'in $51.51 7A 1T 8P
y Height, Base To Boom
„King Power Eauipment Operators Tower Crane Up To 175' In $50.94 7A IT 8P
Height Base To Boom
King Power Equipment Operators Transporters, All Track Or - $50.39 7A 1T 8P
Truck Type
King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P
King Power Equipment Operators Truck Crane Oiler/driver - 100 $49.90 7A 1T 8P
Tons And Over
King Power Equipment Operators Truck Crane Oiler/driver Under $49.48 7A 1T 8P
100 Tons
King Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P
King Power Equipment Operators Welder $50.39 7A 1T 8P
King Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A 1T 8P
King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P
King Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P
Underground Sewer Et Water
King_ Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P
Underground Sewer £t Water
King Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Batch Plant Operator, $49.90 7A 1T 8P
s
li I,
Page 11 of 17
lUnderground Sewer Et Water Concrete i
King Power Eauipment Operators- Bobcat $47.12 7A IT 8P
Underground Sewer Et Water
E King Power Equipment Operators- Brokk- Remote Demolition $47.12 7A 1T 8P
i Underground Sewer Et Water Equipment
King Power Equipment Operators- Brooms $47.12 7A IT 8P
UnderQround Sewer 8t Water .
King Power Equipment'Operators- Bump Cutter $49.90 7A 1T 8P
Underground Sewer it Water
King Power Equipment Operators- Cableways $50.39 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Chipper $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Compressor $47.12 7A 1T 8P
Underground Sewer it Water ;
EKing Power Equipment Operators- Concrete Pump: Truck Mount $50.39 7A 1T 8P
!
Underground Sewer Et Water With Boom Attachment Over 42
M s
King Power Equipment Operators- Concrete Finish Machine-laser $47.12 7A 1T 8P
Underground Sewer&Water Screed
King Power Equipment Operators- Concrete Pump - Mounted Or $49.48 7A IT 8P
Underground Sewer Et Water Trailer High Pressure Line
Pump, Pump High Pressure.
King Power Equipment Operators- Concrete Pump: Truck Mount $49.90 7A IT 8P
Underground Sewer Et Water With Boom Attachment Up To
42m '
King Power Equipment Operators- Conveyors $49.48 7A 1T 8P
Underground Sewer•£t Water
!King Power Equipment Operators- Cranes: 20 Tons Through 44 $49.90 7A 1T 8P
Underground Sewer Et Water Tons With Attachments
{ Overhead, Bridge Type Crane:
{� 20 Tons Through 44 Tons i
King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $51.51 7A 1T 8P
Underground Sewer-Et Water Or 250'Of Boom (including Jib
With Attachments)
King Power Equipment Operators- Cranes: 45 Tons Through 99. $50.39 7A 1T 8P
Underground Sewer Et Water Tons, Under 150' Of Boom
(including Jib With
Attachments)
1King Power Equipment Operators- Cranes: A-frame - 10 Tons And $47.12 7A IT 8P
Underground Sewer Et Water Under
King Power Equipment Operators- Cranes: Friction 100 Tons $51.51 7A 1T 8P
Underground Sewer Et Water Through 199 Tons
King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P
Underground Sewer Et Water Of Boom (including Jib With
Attachments) l
King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P
Underground Sewer Et Water Attachments A-frame Over 10
Tons
a
httns•//fortrPt.e wa anv/lni/wasyelooki.tn/nrvWa.aelookun.a-,nx 05/25/2012
Page 12 of 17
B
King Power Equipment Operators- Crusher $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P
Underground Sewer Et Water (power)
King Power Equipment Operators- Derricks, On Building Work . $50.39 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $50.39 7A 11 8P
Underground Sewer Et Water Over
King Power Equipment Operators- Dozers D-9 Et Under $49.48 . 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P
Underground Sewer Et Water Or Crane Mount
King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Elevator And Man-lift: $47.12 7A 1T 8P
Underground Sewer a Water Permanent And Shaft Type
King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P
Underground Sewer Et Water Gamaco Et Similar Equipment
King Power Equipment Operators- Forklift: 3000 Lbs And Over $49.48 7A 1T 8P
Underground Sewer Et Water With Attachments
King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1 T 8P
( Underground Sewer Et Water Attachments
King Power Equipment Operators- Grade Engineer: Using Blue $49.90 7A 1T 8P
Underground Sewer Et Water Prints, Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Hard Tail End Dump $50.39 7A 1T 8P
Underground Sewer Et Water Articulating Off- Road
Equipment 45 Yards. a Over
1
$King Power Equipment Operators- Hard Tail End Dump $49.90 7A 1T 8P
Underground Sewer Et Water Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operators- Horizontal/directional Drill $49.48 7A 1T 8P
Underground Sewer Et Water Locator
King Power Equipment Operators- Horizontal/directional Drill $49.90 7A 1T 8P
Underground Sewer Et Water Operator
King Power Equipment Operators- Hydralifts/boom Trucks Over $49.48 7A 1T 8P
Underground Sewer Et Water 10 Tons
King Power Equipment Operators- Hydralifts/boom Trucks, 10 $47.12 7A 1T 8P
Underground Sewer Et Water Tons And Under
King Power Equipment Operators- Loader, Overhead 8 Yards. Et $50.94 7A 1T 8P
Underground Sewer Et Water Over
King Power Equipment Operators- Loader, Overhead, 6 Yards. But $50.39 7A IT 8P
Underground Sewer Et Water Not Including 8 Yards
King Power Equipment Operators- Loaders, Overhead Under 6 $49.90 7A IT 8P
Underground Sewer Et Water Yards
King Power Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P
Underground Sewer Et Water
s �
S
Page 13 of 17
E
i King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Locomotives, Alt $49.90 7A IT 8P
Underground Sewer Et Water
[King Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P
i Underground Sewer Et Water
j King Power Equipment Operators- Mechanics, All (leadmen - $50.94 7A 11 8P
Underrpround Sewer Et Water $0.50 Per Hour Over Mechanic)
King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Motor Patrol Grader- Non- $49.48 7A 1T 8P l
Underground Sewer Ft Water finishing
!King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P
Underground Sewer Et Water
jKing Power Equipment Operators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P
! Underground Sewer Et Water Drill, Boring, Road Header
And/or Shield
{King Power Equipment Operators- Oil Distributors, Blower $47.12 7A 1T 8P
Underground Sewer Et Water Distribution Et Mulch Seeding
l Operator
King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T BP,.
Underground Sewer Et Water Manlifts), Air Tuggers,strato
King Power Equipment Operators- Overhead, Bridge Type: 45 $50.39 7A 1T 8P
j Underground Sewer Et Water Tons Through 99 Tons
!King Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P
I Underground Sewer Et Water
King Power Equipment Operators- Pile Driver (other Than Crane $49.90 7A 1T 8P_
. Underground Sewer Et Water Mount)
King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A IT 8P,.
Underground Sewer Et Water
4King Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T .8P
Underground Sewer Et Water
jKing Power Equipment Operators- Power Plant $47.12 7A 1T 8P
Underground Sewer Et Water
'King Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P '
E Underground Sewer Et Water
f King Power Equipment Operators- Quick Tower - No Cab, Under $47.12 7A 1T 8P
Underground Sewer Et Water 100 Feet In Height Based To i
Boom
tKing Power Equipment Operators- Remote Control Operator On $50.39 7A 1T 8P
Underground Sewer Et Water Rubber Tired Earth Moving
4 Equipment
EKing Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P
Underground Sewer Et Water
♦King Power Equipment Operators- Rollagon $50.39 7A 1T 8P
j Underground Sewer Et Water
King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P
Underground Sewer Et Water t
King Power Equipment Operators- Roller; Plant Mix Or Mutti-lift $49.48 7A 1T 8P
Underground Sewer Et Water Materials
r I
baps://fortress.wa.v,ov/lnl/waRelookup/prvWagelookup.aspx 05/25/2012
Page 14 of 17
aKing Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A IT, 8P
Underground Sewer Et Water
King Power Equipment Operators- Saws- Concrete $49.48 7A IT . 8P
Underground Sewer Et Water
King Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A IT 8P
Underground Sewer Et Water 45 Yards
King Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Scrapers, Self-propelled: 45 $50.39 7A IT 8P
Underground Sewer ft Water Yards And Over
King Power Equipment Operators- Service Engineers - Equipment $49.48 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A IT 8P
Underground Sewer Et Water Tractors Under 15 Metric Tons.
King Power Equipment Operators- Shovel, Excavator, Backhoe: $50.39 7A IT 8P
_Underground Sewer Et Water Over 30 Metric Tons To 50
s
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P
Underground Sewer Et Water Tractors: 15 To 30 Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A IT 8P
Underground Sewer Et Water Over 50 Metric Tons To 90
Metric Tons
pKing Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A IT 8P
Underground Sewer Et Water Over 90 Metric Tons
King Power Equipment Operators- Slipform Pavers $50.39 7A IT 8P
Underground Sewer Et Water
;King Power Equipment Operators- Spreader, Topsider Et $50.39 7A IT 8P
Underground Sewer Et Water Screedman
King Power Equipment Operators- Subgrader Trimmer $49.90 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Tower Bucket Elevators $49.48 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Tower Crane Over 175'in $51.51 7A IT 8P
Underground,Sewer Et Water Height, Base To Boom
King Power Equipment Operators- Tower Crane Up To 175' In $50.94 7A IT 8P
Underground Sewer Et Water Height Base To Boom
King Power Equipment Operators- Transporters, All Track Or $50.39 7A IT 8P
Underground Sewer Et Water Truck Type
YP e
King Power Equipment Operators- Trenching Machines $49.48 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Truck Crane Oiler/driver- 100 $49.90 7A IT 8P
Underground Sewer Et Water Tons And Over
King Power Equipment Operators- Truck Crane Oiler/driver Under $49.48 7A 1T 8P
y Underground Sewer Et Water 100 Tons
King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Welder $50.39 7A IT 8P
Underground Sewer Et Water
---- - -�- - ---.. !_- nr- - -1.. _i - nc!nc!nnn
Page 15 of 17
tKing Power Eouipment Operators- Wheel Tractors, Farman Type $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P
I Underground Sewer Et Water ;
King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A
Trimmers s
EKing Power Line Clearance Tree Spray Person $40.73 5A 4A f
Trimmers
King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A
` Trimmers
King Power Line Clearance Tree Tree Trimmer $38.38 5A. 4A
Trimmers
King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A E
j Trimmers
;King Refrigeration ft Air Journey Level $69.96 6Z 1G 5
Conditioning Mechanics
King Residential Brick Mason Journey Level $48.27 5A 1M
King Residential'Carpenters Journey Level $28.20 1
i King Residential Cement Masons Journey Level $22.64 1 Z
;King Residential Drywall Applicators Journey Level $38.08 5D 1M
King Residential Drywalt Tapers Journey Level $48.79 5P 1E
King Residential Electricians JOURNEY LEVEL $30.44 1
King Residential Glaziers Journey Level $34.60 7L 1H
i
King Residential Insulation Journey Level $26.28 1
Applicators
King Residential Laborers Journey Level $23.03 1
King Residential Marble Setters Journey Level $24.09 1
King Residential Painters Journey Level $24.461 1
King Residential Plumbers Et Journey Level $34.69 1
Pipefitters
King Residential Refrigeration Et Air Journey Level $69.96 6Z 1G
Conditioning Mechanics
King Residential Sheet Metal Journey Level (Field or Shop) $40.04 7F 1 R
Workers
King Residential Soft Floor Lavers Journey Level $41.95 5A 2Z j
King Residential Sprinkler Fitters Journey Level $41.31 5C 211
(Fire Protection)
IKing Residential Stone Masons Journey Level $48.27 5A 1M x
King Residential Terrazzo Workers Journey Level $43.93 5A 1M
King Residential Terrazzo/Tile Journey Level $21.46 1
Finishers
Kin . Residential Tile Setters Journey Level $25.17 1
King Roofers Journey Level $43.65 5A 1 R
King Roofers Using Irritable Bituminous $46.65 5A 1R
Materials
I
King Sheet Metal Workers Journey Level (Field or Shop) $67.82 7F 1E
King Shipbuilding Et Ship Repair Boilermaker $35.83 7M 1H
King Shipbuitdinp Et Ship Repair Carpenter $36.62 70 3B
httnc•//fnrtrPCC wn unv/lni/wnaPlnnkiin/nrvWnaPlnnknn ncnx (15%25/9.012
Page 16 of 17
3
King Shipbuilding Et Ship Repair Electrician $36.23 70 3B
King Shipbuilding a Ship Repair Heat Et Frost Insulator $55.68 51 is
King Shipbuilding a Ship Repair Laborer $34.82 70 3B
King Shipbuilding a Ship Repair Machinist $36.19 70 3B
King Shipbuilding a Ship Repair Operator $38.58 70 3B
King Shipbuilding a Ship Repair- Painter $36.21 70 3B
King Shipbuilding Et Ship Repair Pipefitter $36.16 70 3B
King Shipbuilding a Ship Repair Rigger $36.16 70 3B
King Shipbuilding Et Ship Repair Sandblaster $35.17 70 3B
King Shipbuilding a Ship Repair Sheet Metal $36.141 70 3B
tKing Shipbuilding Et Ship Repair Shipfitter $36.16 70 3B F
King Shipbuilding Et Ship Repair Trucker $36.00 70 3B
`King Shipbuilding Et Ship Repair Warehouse $36.06 70 3B
1King Shipbuilding Et Ship Repair Welder/Burner $36.16 70 3B
King Sign Makers Et Installers Sign Installer $22.92 1
(Electrical)
King Sign Makers a Installers Sign Maker $21.36 1
1 !Electrical)
-
King Sign Makers a Installers (Non- Sign Installer $27.28 1
. Electrical)
King Sign Makers a Installers (Non- Sign Maker $33.25 1
E Electrical)
King Soft Floor Lavers Journey Level $41.95 5A 2Z
King Solar Controls For Windows Journey Level $12.44 1
;King Sprinkler Fitters (Fire Journey Level $68.79 5C 1X
Protection)
,King Stage Rigging Mechanics (Non . Journey Level $13.23 1
c Structural)
;King Stone Masons Journey Level $48.27 5A 1M
King Street And Parking Lot Journey Level $19.09 1
Sweeper Workers
,King Surveyors Assistant Construction Site $49.48 7A - 1T 8P
Surveyor
I King Isurvevors Chainman $48.96 7A 1T 8P
King Surveyors Construction Site Surveyor $50.39 7A 1T 8P
King Telecommunication Journey Level - $22.76 1
r
Technicians
King Telephone Line Construction - Cable Splicer $34.20 5A 2B k
Outside
King Telephone Line Construction Hole Digger/Ground Person $18.72 5A 2B
Outside
King Telephone Line Construction - Installer (Repairer) $32.78 5A 2B
Outside
King Telephone Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B
Outside
tKing Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B
Outside
i
httnc //fnrtracc �xa rrnc /lni/iz atralnnlnm/nry«Ianalnnlrnr� oorw (1S/)1�/1)n11)
Page 17 of 17
King Telephone Line Construction - Telephone Equipment Operator $34.21 5A 2B
Outside (Heavy)
S
{King Telephone Line Construction - Telephone Equipment Operator $31.81 5A 2B
Outside (Light)
King Telephone Line Construction - Telephone Lineperson $31.81 5A 2B 1
( Outside f
King Telephone Line Construction - Television Groundperson $18.16 5A 2B
r
Outside
King Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B
Outside
'King Telephone Line Construction - Television System Technician $28.72 5A 28
i
Outside
King Telephone Line Construction - Television Technician $25.81 5A 2B
Outside
King Telephone Line Construction - Tree Trimmer $31.82 5A 2B
E Outside r
i King Terrazzo Workers Journey Level $43.93 5A 1M
King Tile Setters Journey Level $21.65 1 }
King Tile, Marble Ft Terrazzo Finisher $37.76 5A 1 B
I Finishers
i King Traffic Control Stripers Journey Level $40.73 7A 1 K
King Truck Drivers Asphalt Mix Over 16 Yards (W. $46.97 5D 3A 8L F
WA-Joint Council 28)
King Truck Drivers Asphalt Mix To 16 Yards (W. $46.13 5D 3A 8L
WA-Joint Council 28)
King Truck Drivers Dump Truck Et Trailer $46.97 5D 3A 8L E
King Truck Drivers Dump Truck (W. WA-Joint $46.13 5D 3A 8L
Council 28)
King Truck Drivers Other Trucks (W. WA-Joint $46.97 5D 3A 8L
i Council 28)
King Truck Drivers Transit Mixer $23.45 1
King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1
Installers
:King Well Drillers Et Irrigation Pump Oiler $12.97 1
i Installers
i King Well Drillers Et Irrigation Pump Welt Driller $18.00 1
Installers
https:H fortress.wa.gov/lni/waRelookui)/i)rvWaRelookup.asm 05/25/2012
APPENDIX C'-STANDARD PLANS CITY OF RENTON
APPENDIX C
STANDARD PLANS
2012 STREET PATCH AND OVERLAY WITH CURB RAMPS
1. CEMENT CONCRETE CURBS as shown in the plans shall meet the requirements of the City 18. HIGH VISIBILITY FENCE as shown in the plans shall meet the requirements of the WSDOT
of Renton Standard Plan. Standard Plan.
2. CEMENT CONCRETE CURB TREATMENT AT DRAINAGE STRUCTURE as shown 19. WORK ZONE TRAFFIC CONTROL PLANS submitted for approval shall meet the
in the plans shall meet the requirements of the City of Renton Standard Plan. requirements of the WSDOT Standard Plans.
3, CEMENT CONCRETE DRIVEWAY ENTRANCE Types RI,C2,C3,and C-MAX(with or 20. MOTORCYCLE SUPPLEMENTAL SIGNING as shown in the plans shall meet the
without buffer)where shown in the plans,shall meet the requirements of the City of Renton requirements of the WSDOT Standard Plan.
Standard Plan.
21. TEMPORARY CHANNELIZATION as shown in the plans shall meet the requirements of the
4. CEMENT CONCRETE SIDEWALK as shown in the plans shall meet the requirements of the WSDOT Standard Plan.
City of Renton Standard Plan. Monolithic Cement Concrete Curb and Sidewalk,if installed,
will not be accepted by the Owner. 22. CLASS A CONSTRUCTION SIGNING INSTALLATION as shown in the plans shall meet the
requirements of the WSDOT Standard Plan.
5. ASPHALT PATCHING,as shown in the plans,shall meet the requirements of the following
City of Renton Standard Plans: 23. TYPE 3 BARRICADE as shown in the plans shall meet the requirements of the WSDOT
CURB AND GUTTER REPLACEMENT DETAIL, Standard Plan.
TYPICAL LONGITUDINAL PATCH AND OVERLAY FOR FLEXIBLE
PAVEMENT,or 24. TEMPORARY CONCRETE BARRIER as shown in the plans shall meet the requirements of
TYPICAL TRANSVERSE PATCH FOR FLEXIBLE PAVEMENT the WSDOT Standard Plan. All Temporary Concrete Barrier shall be anchored per the
requirements of the WSDOT Standard Plan.
6. SIDEWALK RAMP Type 1,Type 2,and Type 3A,where shown in the plans,shall meet the
requirements of the City of Renton Standard Plan. 25. ACCESS CONTROL GATES as shown in the plans shall meet the requirements of the WSDOT
Standard Plan.
7. SIDEWALK RAMP Type 3B,Type 4A,Type 4B,or Type 4C,where shown in the plans,shall
meet the requirements of the WSDOT Standard Plan. Type 5 shall not be used. 26. GORE AREA MARKINGS as shown in the plans,whether painted,thermoplastic,or
supplemented and/or substituted with Raised Pavement Markers,shall meet the requirements of
8. GROUND MOUNTED SIGN PLACEMENT shall meet the requirements of the WSDOT the WSDOT Standard Plan.
Standard Plan.
27. TWO-WAY LEFT-TURN AND MEDIAN CHANNELIZATION as shown in the plans shall
9. TIMBER SIGN SUPPORTS as shown in the plans shall meet the requirements of the WSDOT meet the requirements of A Policy On Geometric Design Of Highways And Streets.the
Standard Plan. American Association of State Highway and Transportation Officials(AASHTO),Fifth Edition.
10. SIGN INSTALLATION ON SIGNAL AND LIGHT STANDARDS as shown in the plans shall 28. HIGH OCCUPANCY VEHICLE(HOV)LANE MARKINGS as shown in the plans,whether
meet the requirements of the WSDOT Standard Plan. painted or thermoplastic,shall meet the requirements of the WSDOT Standard Plan.
11. SIGN BRACING as shown in-the plans shall meet the requirements of the WSDOT Standard 29. BICYCLE LANE MARKINGS as shown in the plans,whether painted or thermoplastic,shall
Plan. meet the requirements of the WSDOT Standard Plan.
I2. MAILBOX SUPPORT Type 1,Type 2,or Type 3,as shown in the plans shall meet the 30. RAILROAD CROSSING MARKINGS as shown in the plans,whether painted or thermoplastic,
requirements of the WSDOT Standard Plan. Snow Guards shall be omitted from the shall meet the requirements of the WSDOT Standard Plan.
installation,
31. LONGITUDINAL MARKING PATTERNS("Lane Lines")as shown in the plans,shall meet
13. MAILBOX CLUSTER BOX UNIT(CBU)AND SIDEWALK WIDENING as shown in the the requirements of the City of Renton CHANNELIZATION MARKERS-DETAIL
plans shall meet the requirements of the City of Renton Standard Plan. Standard Plan.
14. MONUMENT CASE AND COVER,as shown in the plans shall meet the requirements of the The WSDOT Standard Plans are available in PDF Format at:
City of Renton Standard Plan. hip://www.wsdot.wa.gov/=c/desi ng /designstandards/HTM/TOC,htrn
15. BOLLARD Type 1 or Type 2,as shown in the plans shall meet the requirements of the WSDOT The City of Renton Standard Details are available in PDF Format at:
Standard Plan. http://rentonwo.goy/business/default.aspx?id=1324
16. SURVEY STAKE MARKINGS shall meet the requirements of the WSDOT Standard Plan.
17. EROSION CONTROL Measures as shown in the plans,whether Silt Fence,Storm Drain Inlet STREETS
Protection,Check Dams,Straw Bale Barriers,Wattles,or Blankets,shall meet the requirements STANDARD PLAN 100 May, 2009
of the corresponding WSDOT Standard Plan.
GENERAL NOTES:
1. See standard-plans 102 and 101.1 for curb expansion and contraction joint spacing.
2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner.
3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 1042.
FACE OF CURB
612°
12'R. 1"R MATCH
ROADWAY 6" CEMENT CONCRETE
SLOPE TOP OF 10 R 1"R. SIDEWALK RAMP
12•R ROADWAY VARIES ORLANDING
p,',•' FROM D
8-TO
0 D
1/4*PREMOLDED
D ,D 6" D ,D D D•
JOINT FILLER
CEMENT CONCRETE CEMENT CONCRETE
TRAFFIC CURB AND GUTTER PEDESTRIAN CURB
AT SIDEWALK RAMPS AND LANDINGS
FACE OF ADJACENT CURB
• i
612" FLUSH WITH GUTTER
PAN AT SIDEWALK FACE OF ADJACENT CURB
RAMP ENTRANCE
1:12 MAX 3% 612"
SEE DEPRESSED CURB DETAIL THIS SHEET
TOP OF
12"R ROADWAY
3%
• p . . D' TOP OF
1" 11r R. ROADWAY
2•
D
D'•R D• D f.f
DEPRESSED CURB SECTION r r-s• I
AT SIDEWALK RAMPS
FACE OF CURB DEPRESSED CURB SECTION
AT RESIDENTIAL DRIVEWAYS ONLY.
61/2" FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 1042
5 1/2" 1•
1/2"R 1'R
FACE OF ADJACENT CURB
D • � TOP OF
ROADWAY
° GUTTER SURFACE
1"R
D
p D
D' 1•R D D. D
D' p.
D
CEMENT CONCRETE DEPRESSED CURB DETAIL
TRAFFIC CURB AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS
sox STD. PLANT - 101
PUBLIC WORKS CEMENT CONCRETE CURBS
DEPARTMENT
MAY 2009
SEE NOTE 2 SEE NOTE 2
2' — 0' S�
r-
3/8' PREMOLDED JOINT FILLER (TYP)
CEMENT CONCRETE
—4 CURB AND GUTTER
PLAN VIEW
FACE OF CENTERLINE OF
CURB �.S—FRAME 3 GRATE
8 1/2* 13" I
(1.08')
MATCH FRAME AND GRATE—NOT INCLUDED
1/2' R. 1" R. ROADWAY IN CURB AND GUTTER BID ITEM
SLOPE
RECESS TOP OF
° '• 11' R. I 1W ROADWAY
e• • ,5 .#�F�'� = ";'fix
e e
o••• °•., ADJUSTMENT SECTION—NOT INCLUDED
IN CURB AND GUTTER BID ITEM
CATCH BASIN—NOT INCLUDED
IN CURB AND GUTTER BID ITEM
`Z.rul•.w..
SECTION OA _k 1 b;. :r �.•..
ayl •i�HIik`P;-
F' fv
GENERAL NOTES: .:5��'• ,; �-� �-
1. The intent of this design is to facilitate the removal , T, >r 4
of a catch basin with,minimal disturbance " s,{'*`•. „� 2 - fin *
of the curb. al ..� I fir, r•
2. The expansion joints of the
adjacent sidewalk shall
be adjusted to be in
line with these curb ��; �''�• `��;� , -.� �,��
• expansion joints.
1 �
ISOW41iC mEW
3
+~�Y o CEMENT CONCRETE CURB STD. PLAN — 101.1
erg + PUBLIC WORKS
DEPARTMENT INSTALLATION AT
'�� o CATCH BASINS MAY 2009
i
lat S• SIDEWALK
1? VARIES:W-6•MIN.
Ix R. LEVEL 1•R
Y 12•R ow CURB NOT
INCLUDED
io� ►. 4• A�Ay < T%MAX_ IN BID ITEM
n •P °' ° S• 114*PREMOLDED .y..�•
SEE RAISED JOINT FILLER
EDGE DETAIL
NOTE:DMDSIDEWALKTRANSVERSE
JOINTS TO INCLUDE RAISED EWE CEMENT CONCRETE SIDEWALK
RAISED EDGE DETAIL WITH RAISED EDGE
VARIES z_ 1!8'701/4'
`
SIDEWALKMAY BE ADJACENT
SLOPE ROUNDING TO A WALL(SEE DETAIL)
(WHENSPECIFIEM - ,� p •, •
SIDEWALK BUFFERSTRIP p. p.� �•�••
VARIES:B-0•MIN. B-0' p
2% r MAX ') CURB .
INCLUDED
DED
2%MAX IN BID ITEM
©CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
ADJACENTTO BUFFER STRIP WALL OR BARRIER
SIDEWALK
VARIES
SIDEWALK MAYBE ADJACENT 12•R
SLOPE ROUNDING TO A WALL(SEE DETAIL)
(WHEN SPECIFIED)
SIDEWALK
VARM&W-W MIN.
1/4'PREMOLDED
R(TYP.) INCLUDED JOINT FILLER
2%MAX_. IN BID ITEM
1/4•PREMOLDED SIDEWALK ADJACENT TO WALL
JOINT FRJ.R DETAIL
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
BROOMED FINISH
4•WIDE,SMDOTH
•d TROWELED PERIMETER
5,,d
a- �ENtENTCONCRETE CURB
'(CURBANOGUTTERSHOWN)
✓` t'�'�y''�%NOT INCLUDED IN BID ITEM 3B'
'JOINT .
,;j•'SIDj- : ONLY
FULL-DEPTH
PREMOLDED
JOINT FILLER
�►NS{c1N3DINT iN BOTH cuRm AND E EXPANSION JOINT
�•s%r. S Dhlll//�LX`(SEE STD PLAN 101.1) O
�s OI AND FINISH
N, r DETAIL
NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1.
��Y 0 STD. PLAN — 102
PUBLIC WORKS CEMENT CONCRETE
O DEPARTMENT SIDEWALK
cr�o MAY 2009
NOTES:
1. "Providing safe places for people to walk is an essential responsibility of all government entities involved in constructing
or regulating the construction of public rights-of-way.'according to the American Association of State Highway and
Transportation Officials'(AASHTO) A Policy on Geometric Design of Highways and Sheets.
2. Utilities shall be relocated outside the traveled way of the walkway.
3. Utilities that must remain are to be made non-slip through use of the[ /ista proprietarysystem here]. Existing meter
reading devices shall not be harmed by the application of[ th/s system].
4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip.
5. Drainage appurtenances,such as manholes,catch basins,eta will not be permitted in the sidewalk surface. These shall
be relocated to the street,or to the buffer strip.
6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on. A
pedestrian traffic control plan shall be submitted to the City for review.
PUBLIC WORKS UTILITY PLACEMENT IN STD. PLAN — 102.1
DEPARTMENT CEMENT CONCRETE SIDEWALK
y 2009
Iv'C�
EXISTING ASPHALT 2.0' MIN. NEW CURB
PAVEMENT & GUTTER
(SEE NOTE 2)
SAWCUT
(SEE NOTE 2)
. a
ARTERIAL STREET MINIMUM
7" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
NOTES:
1. MUST MATCH EXISTING THICKNESS IF GREATER.
2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF
DAMAGED PAVEMENT.
3. . THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT
PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN
1.01' FOR CEMENT CONCRETE CURBS.
�Y STD. PLAN - 103
+ PUBLIC WORKS CURB AND GUTTER•.
�O DEPARTMENT REPLACEMENT DETAIL
�t0 MAY 2009
BID ITEM(INCLUDES SIDEWALK RAMPS) '
RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES)
V MIN.-15'MAX 6'MIN.-15'MAX.
i t •
10 LF OF PAVED
DRIVEWAY REQUIRED
31W EXPANSION JOINT(TYP_) CEMENT
(SEE STD.PLAN 102) CONCRETE
SIDEWALK
3
Y Y_I
_l A
SEE NOTE 7 CEMENT CONCRETE
RAMP WITH 12HAV CURB&GUTTER B
SLOPE(TYP.) (SEE NOTE 3)
3/8"CONTRACTION JOINT(TYP.)
(SEE STD.PLAN 102) PLAN VIEW
(TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR)
(SEE NOTE 9)
RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES)
6 MIN.-15 MAX. (SEE NOTE 7) 6'MIN.-15'MAX. SEE NOTE 8(TYP).
a
10"MIN 10"MIN.
10'MM.
CEMENT CONCRETE 318'EXPANSION JOINT(TYP.)
SIDEWALK (SEE STD.PLAN 102)
SECTION O
1/2"R(TYP-) SIDEWALK WIDTH
VARIESi 2%MAX
10"MIN.
DRIVEWAY
SEE DETAIL ON STD PLAN 1042
SECTION
��J�PpO Y41 h-.
CURB 8 GUTTER
NOTE 3)
�� ..
10 L F OF PAVED
DRIVEWAY REQUIRED
•t EpF� SLfTiMONOLTTHIC
"� ail' gGI TER
CEMENT *`' IETAIL,SHEET 104.2)
' CONCRETE 1�;:�,1.� r,,;.ti n, s:-
SIDEWALK
TYPE C2--ISOMETRIC VIEW
_• (30'WIDE COMMERCIAL)
For NOTES see sheet 104.2
Y
Otis o CEMENT CONCRETE DRIVEWAY STD. PLAN - 104
+ "� * DEPART�N� ENTRANCE - TYPES Cl, C2,
'�Fo C3, and C-MAX MAY 2009
BID ITEM(INCLUDES SIDEWALK RAMPS)
RAMP(VARIES) VARIES:14'MIN.-2Xr MAX. RAMP(VARIES)
6'MIN.-15 MAX. V MIN.-15 MAX.
10 LF OF PAVED
DRIVEWAY REQUIRED
3/8"EXPANSION JOINT W(P.)
(SEE STD.PLAN 102)
CEMENT CONC.SIDEWALK
A
L .
4 _ o
SEE NOTE 1 CEMENT CONCRETE
B CURB&GUTTER
3/8"EXPANSION JOINT(TYP.) (SEE NOTE 3)
(SEE STD.PLAN 102)
PLAN VIEW -
RAMP(VARIES) VARIES RAMP(VARIES)
V MIN.-15'MAX 20'MMi V MIN.-1B MAX.
SEE NOTE 8(TYP).
6"MIN. 6"MIN.
6"MIN.
CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.)
SIDEWALK SECTION A (SEE SM.PLAN 102)
o .
1/2"R(TYP.) SIDEWALK WIDTH
DEPRESSED CURB&GUTTER
VARIES_ 2%MAX_ (SEE NOTE 3).
6"MIN.
DRIVEWAY
SECTION OB
10 LF OF PAVED
DRIVEWAY REQUIRED sr
-�. CEMENT CONCRETE
CURB&GUTTER
�? (SEE NOTE 3)
CEMENT w. •
CONCRETE °' 1i[.O RESSED
SIDEWALK "(y612B&GUTTER
NOTE 3)
TYPE R1-�ISOMETRIC VIEW
(RESIDENTIAL) For NOTES see sheet 104.2
t►� PUBLIC WORKS CEMENT CONCRETE DRIVEWAY STD. PLAN — 104.1
DEPARTMENT ENTRANCE - TYPE R1
��o MAY 2009
0
CCEMENT
URB& CONCRETE
(SEE NOTE 3)
10 LF OF PAVED `w^:54 ,t t�vsr'J c'7
DRIVEWAY REQUIRED
CEMENT #ter N":fSEPRSSSED:MONOLTfHIC
CONCRETE '��y°^F. 'T':CURBsBy`GUiTER
SIDEWALK zttt - SEE:DETAILTH IS SHEET)
TYPE C213—ISOMETRIC VIEW
(30'WIDE COMMERCIAL,WITH BUFFER)
NOTES
1. When a Type R1 or RIB(residential)driveway width exceeds 15
feet,•construct a full depth expansion joint with 3/8"joint tiller FACE OF CURB
along the driveway centerline(see std.-plan 102). Construct gEE© SEE DEPRESSED CURB DETAIL
expansion joints parallel with the centerline as required at 15' CONTRACTION JOINT B 12' ON THIS SHEET
maximum spacing when driveway widths exceed 30'. STD PLAN 102 512" 1"
r, 12'R. TOP OF
ROADWAY
2. See std.plan 102 for sidewalk details. iY
3. 'Curb and gutter shown,other curb designs maybe specified.
•e.
See std.plan 101 for curb details.
4. Avoid placing drainage structures,junction boxes or other
obstructions in front of driveway entrances. 1-e' 1-s•
5. The engineer will design all driveways to include elevations at all NOTE DRIVEWAY LONGITUDINAL E)"ION
points marked with symbol"X". All elevations are at the driveway - JOINTS SHALL BE FULL DEPTH
finished surface.
DEPRESSED MONOLITHIC CURB&GUTTER DETAIL
6. Driveways not constructed as dimensioned will not be accepted
by the owner.
7 a. Width of Type C1/C1 B and alley entrances shall be 20'-0".
Width of Type C21C213(2-lane commercial)entrances shall be
30'-0". Width of Type C31C3B(3-lane commercial)entrances
shall be 38'-0". The expansion joints(see std.plan 102)shall FACE OF ADJACENT CURB
be spaced as shown in the.corresponding Isometric view.
b. Maximum width of Type C-MAX or C-MAX with Buffer GUTTER SURFACE
(industrial,Warehouse,and Shopping Center uses only)shall
be 50'-0"but shall not exceed 40%of the street frontage. The 1•R
expansion joints(see std.plan 102)shall be spaced as shown
in the corresponding isometric view.
1"R. D P
B. Slopes shall comply with sections R3032.1 or 8303.22 or D•', e.
R303.2.3 of the Public Rights of WayAacess Guide(PROWAG). ; '• D
9. Curb returns for any Type C-MAX Driveway may be approved on
a case-by-case basis. DEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS
Driveway Example: TYPE C1 B
11=11esidenNal, C=Commerdal }
Number of Lanes.
(MAX=4 Lane Commerdel)
B=Buffer(PlanBng Strip), Blanlcft Buffer
��X o STD. PLAN — 104.2
PUBLIC WORKS CEMENT CONCRETE ENTRANCES -
DEPARTMENT NOTES AND DETAILS
y 2009
��ro
BID ITEM NCLUDE8'SIDEWALKRAMPS)"
RAMP(VARIES) RAMP(VARIES)
6-MIN.-15 MAX V MIN.-15 MAX
10 LF OF PAVED
DRIVEWA{YREQUIRED
3/8"D PANSION
JOINT
(SEE STD.PLAN 102)
ICEMENT CONC.SIDEWALK
ai
o
w
wf
Z
SEE NOTE 1 CEMENT CONCRETE
B CURB 3 GLITTER
318-EXPANSION JOINT(TYP.) (SEE NOTE 3)
(SEE STD.PLAN 102)
PLAN VIEW
RAMP(VARIES) VARIES RAMP(VARIES)
FMIN.-16'MAX 20aMMAX. V MIN.-19MAX SEE NOTE B
� I a 9M
8"MIN. W MIN.
CEMENT CONCRETEN
318-EXPANSION JOINT
SIDEWALK
SECTION AO (SEE STD.PLAN 102)
12"R(TYP.) SIDEWALK
DEPRESSED CURB&GUTTER
VARIES- 2%MAX. 12143V � (SEE NOTE
6"MIN.
DRIVEWAY
SECTION O
10 LF OF PAVED
DRIVEWAY REQUIRED
R' a^ CEMENTCONCRETE
a CURB&GUTTER .
r (SEE NOTE 3)
CEMENT `p a�� 5
CONCRETE
SIDEWALK +•ti�p_FtI ^
ED
-an .`Crl7RB&GUTTER
SEENOTE3)
� � r35` TYPE R1B—ISOMETRIC VIEW
(RESIDENTIAL.WITH BUFFER) .
For NOTES see sheet 1042
STD
PUBLIC WORKS CEMENT CONCRETE DRIVEWAY ' PLAN — 104.3
DEPARTMENT ENTRANCE - TYPE RIB
coo MAY 2009
I
BID ITEM(INCLUDES SIDEWALK RAMPS)
RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES)
Li MIN.-15'MAX 6'MIN.-15'MAX.
10 LF OF PAVED
DRIVEWAY REQUIRED
3/8"EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102) CEMENT.
CONCRETE
SIDEWALK
_ �{ A).
x �J�
w N
ww wuNi
mZ f° ;
J" Ov y
SEE NOTE 7 CEMENT-CONCRETE
B CURB&GUTTER
(SEE NOTE 3)
3/8"CONTRACTION JOINT(TYP.)
(SEE STD.PLAN 102)
PLAN VIEW
(TYPE C3B SHOWN,Ci B$C213&C•MAX with buffer SIMILAR)
-(SEE NOTE 9)
RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES)
6'MIN.-15'MAX (SEE NOTE 7) 6'MIN.-15'MAX SEE NOTE 8(NP).
10"MIN. 1 D"MIN.
CEMENT CONCRETE 10"MIN. 318"EXPANSION JOINT(IYP.)
SIDEWALK SECTION
(SEE STD.PLAN 102)
..AO
SEE DETAIL ON STD PLAN 1042 ,
1/2"R(TYP.) SIDEWALK AT
DRIVEWAY
VARIES.— 2%MAX_ 12H:1V MAX
10"MIN.
DRIVEWAY
318"EXPANSION JOINT(rYP.)
(SEE STD.PLAN 102)
SECTION BO
For NOTES see sheet 104.2
Y
o~� CEMENT CONCRETE-DRIVEWAY STD. PLAN - 104.4
s® * PUBLIC WORKS ENTRANCE - TYPES Cl B, CID, .
DEPAR TMENT
�� o C3B, and C-MAX with BUFFER MAY 2009
10 LF OF PAVED
. y'.
DRIVEWAY REQUIRED � .rte,.�DF���.-''S•,S.EU:IGIONOLfTHIC'
. sr
CEMENT Qtc ''(EL DETAIL,SHEET 104.2)
CONCRETE
SIDEWALK
.V r
CEMENT CONCRETE
CURB&GUTTER TYPE C3-ISOMETRIC VIEW
(SEE NOTE 3) (38'WIDE COMMERCIAL)
°74, -r- 14`�s
CEMENT CONCRETE
wly CURB&GUTTER
T (SEE NOTE 3)
�
10 LF OF PAVED
DRIVEWAY REQUIRED
CEMENT bEQRESS :KhONOLITHIC
CONCRETE xe ~9-c4J B'&GU TER
SIDEWALK ryr - ' NXS :DEYAIt,SHEET 104.2)
pr �• ..)% "tlr
i b M .IX iay�N�"e.F.. .tZ.•f .
TYPE C3131-ISOMETRIC VIEW
(3B'WIDE COMMERCIAL,WITH BUFFER)
°d�g��
CEMENT CONCRETE
CURB&GUTTER
a ,�• (SEE NOTE 3)
1'
10 LF OF PAVED
DRIVEWAY REQUIRED'"4:' '
CEMENT *`c
R
1:.
' DEPRESSED MONOLITHIC
CONCRETE
SIDEWALK '� CURB&GUTTER
ETAI SHEET EEi 1042)
� �°Jr an 'w �y7 y�+�� • •
T* TYPE C-MAX-ISOMETRIC VIEW
(517•WIDE COMMERCIAL
(WITH OR WITHOUT BUFFER )
For NOTES see sheet 104.2
'Cy
O _
CEMENT CONCRETE 3TD. PLAT 104.5
O+ PUBLIC WORKS DEPARTMENT DRIVEWAY ENTRANCES* .
p VARIOUS ISOMETRIC VIEWS MAY 2009
NOTES
A
SEE CONTRACT PLANS 1. Provide a separate curb ramp for each marked or unmarked crosswalk.
-
4',0'MIN. Curb ramp location shell be placed within the width of the associated
B I CEMENT CONCRETE
LANDING PEDESTRIAN CURB crosswalk,or as shown In the Contract Plans.
CURB RAMP ^SEE NOTE 4
CURB RAMP MATCH SIDEWALK DETECTABLE WARNING SURFACE 2. Where"GRADE BREAW Is called ouL the entire length of the grade
SEE CONTRACT PLANS SEE-STANDARD PLAN F45.10 break between the two adjacent 8urfism planes shall be flush.
-4'-IT MIN. 3"R.
RYPJ 3. Do not place gratings,junction boxes,access covers,or other eppurte-
C nances In front of thre curb ramp or on any part of the curb ramp or landing.
4. See Contract Plans for the curb design specified.Sea Standard Plan
CEMENT CONCRETE 3r8'EXPANSION JOINT(TYP.) DEPRESSED CURB F-10.12 for Curb,Curb and Gutter,and Pedestrian Curb Details.
PEDESTRIAN CURB ^SEE STANDARD PLAN F30.10 &GUTTER
-SEE NOTE a ' ` ' __ 5. See Standard Plan F-20.10 for Cement Concrete Sidewalk Details.
CEMENT CONCRETE BUFFER STRIP(TYPP.) See Contract Plans for width and placement of sidewalk.
CURB 8 GUTTER SEE CONTRACT PLANS CEMENT CONCRETE CURB
-SEE NOTE 4 ...................................`.... 1 AND GUTTER-SEE NOTE a 8. The Bid Item"Cement Concrete Curb Ramp Type=does not Include
the adacent Curb,Curb and Gutter,Pedestrian Curb or Sidewalks.
DETECTABLE WARNING SURFACE .....................................WALK DEPRESSED CURB&GUTTER CURB RADIUS DETAIL O
SEE-STANDARD PLAN F-a8.10 - 7. The curb ramp maximum running Slope shall not require the ramp length
...._............- to exceed 15 feet to avoid chasing the slope indefinitely when connecting
to steep grades.When applying the 15 foot max length,the running slope
of the curb ramp shall be as flat as fessable.
PLAN VIEW S. Curb ramp,landing&flares shall receive broom finish.See Standard
TYPE COMBINATION Speci ications 8-14.
m VMM BUFFER LEGEND
DETECTABLE WARNING SURFACE - SLOPE IN EITHER DIRECTION
8 SEE CONTRACT PLANS 1T-0' MAX.- -SEE STANDARD PLAN F-46.10
-W-C'MIN. LSEENOTE 7 GWWEBREAK 1E-0' MAX- SEE CONTRACTPUWS 16-0'MAX.-
COUNTER SLOPE SEE NOTE 7 -4'-0'MIN. SEE NOTE 7 VARIES a• MAX BREAK 5%1 2%MAX . ROADWAY 8.3%MAX. 20%MAX °
LANDING GRADE BREAK
CURB RAMP DEPRESSED CURB& ..
CEMENT CONCRETE GUTTER-SEE NOTE 4 CURB RAMP LANDING CURB RAMP
PEDESTRIAN CURB 3A8'EXPANSION JOINT(TYP.) b
L
-SEE NOTE 4 -SEE STANDARD PLAN F-30.10 C.; FENAyo �
SECTION AO SECTION OC l� 01 Tfdsy/ BOA
'CEMENT CONCRETE CURB RAMP TYPE
COMBINATIOM PAY LIMIT-SEE NOTE B
sSAONAL ECG
SEE CONTRACT PLANS SEE CONTRACTi�i�
-4'-0"MIN. PLANS-3'-0'MIN F
BUFFER TOP OF
20%MAX Sip ROADWAY ,r �^ COMBINATION
- CURB RAMP
STANDARD PLAN F-40.1401
CURB RAMP CEMENT CONCRETE SHEET 1 OF 1 SHEET
CEMENT CONCRETE CURB&GUTTER
PEDESTRIAN CURB SECTION O ^SEE NOTE 8 APPROVED FOR PUBLICATION
SEE NOTE 4(TYPJ
LBwrETwc vlEw Pasco BakoHch tl► 06-03 40
TYPE COMBINATION � "A1E0�0Mp " I
PAY LIMIT W//wO+d"m°"51ar.D.ywrraan..poeid4e
NOTES
1. This plan is to be used where pedestrian crossing in one direction is not
BUFFER pennibd
MATCH SIDEWALK
STRIP
WIDTH-4'0•MIN.
SEE CONTRACT PLANS 2. Curb ramp location shall be placed within the width of the associated
MATCH SIDEWALK PEDESTRIAN CURB crosswalk,or as shown in the Contract Plans.
WIDTH-4'0'MIN. SEE NOTE 5 CURB RAMP
SEE CONTRACT PLANS -SEE NOTES
PEDESTRIAN CURB MATCH SIDEWALK PEDESTRIAN CURB 3. Where"GRADE BREAK"Is called out,the entire length of the grade break
EXPANSION JOINT
3IB' SEE NOTE 5 WIDTHV W MIN. SEE NOTE 6 between the two adjacent surface planes shall be flush.
SEE CONTRACT PLANS
(rYP')-SEE STANDARD LANDING _ �. "• 4. Do not place gratings,junction boxes,access Covers or other appurtan-
PLAN F-30.10 6'-0'MIN. 3W EXPANSION JOINT SEE ` p any part of the Curb ram or lend)
ences in front of the curb ram or on a
SIDEWALK 3'R .......... OTANDARD PLAN F40.10 / ,. LANDING P �'
SEE NOTE @ 6'-0"MIN.
-0•- _ 4 5. Standard a Documents 1 c c� and cetaa.
fl
g Gutter.
3'R.
6-0"MIN. s! 'R _ _b — S. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details.
c SIDEWALK = v See contract plans for width and placement of sidewalk
•. i sEE NOTE 8 - 7. The bid item'Cement Concrete Curb Ramp Type=dose not Include the
BUFFER STRIP-SEE_/1L DETECTABLE WARNING SURFACE BUFFER DETECTABLE WARNING SURFACE edjacent Curb or(Curb and Gutter),Pedestrian Curb or Sidewalk,or the
CONTRACT PLANS 1 SEE BTANDARDPLAN F-18.10 STRIP 1 SEE STANDARD PLAN F.16.10
pedestrian crossing closure sign.
CURB a GUTTER CURB a GUTTER 8, The curb ramp maximum running slope shall not require the ramp length to
SEE NOTE 5 SEE NOTE 6 exceed 15 feet to avoid chasing the slope Indefinitely when connecting
PEDESTRIAN CROSSING CURB RAMP PEDESTRIAN CROSSING CURB RAMP to Steep grades.When applying the 15 foot maximum.length,the running
CLOSURE SIGN CLOSURE SIGN CURB OF SEE NOTES
FACE OF Slope of the curb ramp shall be as flat as feasible.
CURB PLAN VIEW PLAN VIEW 9. Curb ramps and landings shell receive broom finish.
c TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B See Standard Specifications 8-14.
z
1•RADIUS DETECTABLE WARNING
m DETECTABLE WARNING SURFACE CORNER SURFACE-SEE
15-O'MAX -SEE STANDARD PLAN F45.10 1S-0'MAX 15-0'MAX STD.PLAN F45.10
SEE NOTE 8 COUNTER SLOPE SEE NOTE 8 SEE NOTE 8 .PEDESTRIAN CURB
GRADE DEPRESSED CURB AND
GRADE BREAK GRADE 5.0%MAX. BREAK GRADE GUTTER-SEE NOTE 5
GRADE BREAK BREAK GRADE SIDEWALK BREAK SIDEWALK WANGLE
SIDEWALK
BREAK SEE NOTE e I SEE NOTE 0 RADIUS MAY
SEE NOTE S 8.3%MAX 20%MAX. TOP OF 8.3%MAIL 2.076 MAX. 6 3 VARY
. '^+ ROADWAY _
1,-a•
'e DEPRESSED
CURB RAMP LANDING CURB SEE N0 GUTTER CURB RAMP LANDING `CURB RAMP DETAIL 1 C'( FENNp z�
SECTION O SECTION g ' LEGEND
� SLOPE IN EITHER DIRECTION
'CEMENT CONCRETE CURB RAMP �D,p .9�,38298 "0
PAY LIMIT '
TYPE
SINGLE DIRECTION l+ 'CEMENT CONCRETE CURB RAMP �' CrA L g t
SEE NOTE TYPE SINGLE DIRECTION B'PAY LIMB - �ON
SEE NOTE 7
SINGLE DIRECTION
- CURB RAMP
STANDARD PLAN F-40.1641
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
ISOMETRIC VIEW ISOMETRIC VIEW Pasco B8kodch 111 064MIO
TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION IS T
PAY LIMIT PAY LIMB w s..o.pvl.»�raneR.MUS.�
NOTES
SEE CONTRACT PLANS SEE CONTRACT PLANS 1. Provide a separate cab ramp for each marked or unmarked crosswalk
A
-4'-0'MIN. -4'-0"MIN. I PmESTRUW CURB Curb ramp IOCatiOr shalt be placed Within the Wldlh of the associated
918'EXPANSION JOINT-W., PEDESTRIAN CURB 318'tDCPANSION JOINT tTYP0 , -SEE NOTE 4 crosswalk,or as Shown in the Contract Puna.
-SEE ST0.PLAN Fd0.10 UWDINO I -SEE NOTE 4 -SEE STANDARD PLAN r30.10 LANDING
2. Where"GRADE BREAK Is called out the entire length of the grade
N SIDEWlWC
break between the two adjacent surface planes shall be flush.
\' I B 1 3. Do not place gratings,junction boxes,scos covers,or other
CURB AND GUTTER 1
slDtwuK r � g -- -—- — nences In frot of tire curb temp or on any part of the curb Tampon landing.
SEE CONTRACT PLANS CURB&GUTTER 4. See Contact Plans for the curb design specified.See Standard Plan
............:::::.:.......
F-00.12 for Curb,Curb and Gutter,and Pedestrian Curb Details.
-4'-0"MIN.(TYPJ . CURB RAMP CURB RAMP WARNING� DETECTABLE SURFACE a
CURB RAMP `
DELECTABLE WARNING SURFACE SEE CONTRACT PLANS -SEE STANDARD PLAN F45.10 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details.
...................._�.........,
FACE OF CURB ...._._...._._._____..__..; -SEE STANDARD PLAN F46.10 -,V-0'MIN. .....--............................ See Contract Plane for Width and placement Of sidewalk.
DEPRESSED CURB&GUTTER FACE OF CURB LY DEPRESSED CURB&GUTTER
g CROSSWAIX CROSSWALK 8. The Bid Item"Cement Concrete Curb Ramp Type=
NOTES
CURB RAMP WIDTH 4- MIN. �! CURB RAMP WIDTH a•- MIN. 1• Provide a separate CU1b ramp for each marked or Unmarked crosswalk
j LANDING TO MATCH CURB RAMP WIDTH j UWOING TO MATCH CURB RAMP WIDTH Curb ramp location shall be placed within the width of the associated
LANDING
SEE CONTRACT PLANS LANDING SEE CONTRACT PLANS crosswalk or as shown in the Contract Plane.
CURB RAMP GRADE BREAK 2. Where"GRADE BREAK'is called out,the entire length of the grade
GRADE BREAK GRADE BREAK CEMENT CONCRETE break between the two adjacent surface planes shall be flush.
SEE CONTRACT PLANS SEE CONTRACT PLANS SIDEWALK-SEE NOTE 5
4'-0*MIN. -4'-0'MIN. 3. Do not place gratings,junction boxes,aCOBSS Cowers,Or other appurtBn-
CEMF-Nr CONCRETE PROVIDE SMOOTH Z.01 anoes In front of the curb ramp or on any part of the curb ramp or landing.
SIDEWALK-SEE NOTE 5 TRANSITION TO SEE CONTRACT PLANS MIN. SEE CONTRACT PLANS
20%MAX SIDEWALK 4'-0'MIN. 20%MAX N-0'MIN. 4. See the Contract plans for the curb design specified. See Standard Plan
FLARE - WIDTH(TYP.) SW EXPANSION - — 13UFFER�WIDTH- F40.12 for Curb,Curb and Glitter,and Pedestrian Curb details.
(TYP.) I JOINT(TYP.)-SEE MATCH TO CURB RAMP 5. See Standard Plan F40.10 for Cement Concrete Sidewalk details.
3V EXPANSION CURB RAMP STANDARD PLAN F30.10 DEPTH(tYPJ
JOINT,(TYP.)-SEE v,, See Contrail plans for width and placement of sidewalk.
STANDARD PLAN F-A10 GRADE BREAK TRAM BUFFER, 6. The Bid Item"Cement Concrete Curb Ramp Type_"does not include
R T TO SIDEWALK
GRADE BREAK IF PRESENT,,O OR TO HACK OF CURB(TYP.) ' the ad)ecent CYrb.Curb and Gutter,Pedestrian Curb or Sidewalk.
.........:.......... SEE CONTRACT PLANS v,v
70.096 .................... .� ,o, ......
MAX •;1;;; :: i; 1oi ..•::: si 7. The curb ramp maximum running slope shell not require the ramp length
.....................
..-
............
-•--- / exceed 15 feet to avid chasing the stops indefinitely when connecting
CURB,OR CURB mum length, a running
AND GUTTER CEMENT CONCRETE
......... .............._.........._.........�.....` CURB.OR CURB PEDESTRWI CU f0 When n 1 en t1 In
._......... steep grades. applying the 5 foot meld
......................."......""".'..._."......."..... ... -SEE NOTE 4 slope of the curb ramp shag as flat as feasible.
DETECTABLE WARNING SURFACE AND GUTTER
FACE OF CURB I SEE STANDARD PLAN F•40.10 FACE OF CURB 1 I DETECTABLE WARNING SURFACE 8. Curb ramp,landing,8 flares shall receive broom finish.Sae Standard
MEASURED PARALLEL :......................................._...._--__--_? SEE STANDARD PLAN F45.10 Specifications 8-14.
TOCURB(TYP.) ...........� .................._._......_._............................
q DEPRESSED CURB AND GUTTER DEPRESSED CURB AND GUTTER
CROSSWALK CROSSWALK LEGEND
- SLOPE IN EITHER DIRECTION
CEMENT CONCRETE DETECTABLE WARNING SURFACE
........._.....__..__......................................... ..--_T......_......_...__....._..`-' PEDESTRIAN CURB SEE STANDARD PLANE-48.10
PLAN VIEW PLAN VIEW -SEE NOTE 4
TYPE PERPENDICULAR A TYPE PERPENDICULAR B
DETECTABLE WARNING SURFACE (SHOWN NTH BUFFER)
SEE STANDARD PLAN F-46.10 r R.TYP. DEPRESSED CURB
SEE CONTRACT PLANS 16-0'MAX-
GRADE BREAK 8 GUTTER
SEE STANDARD PLAN F-30.10 -4'-0'MIN. SEE NOTE 7 6.0%COUNTER SLOPE CEMENT CONCRETE CURB
FOR SLOPE TREATMENT 20%MAX GRADE BREAK GRADE BREAK
GUTTER-SEE NOTE 4
8.3%MAX 6
TOP OF ROADWAY CURB RADIUS DETAIL O C.j FE y0 ®�4
0T OAS#/ 1 Pb
LANDING CURB RAMP 6
DEPRESSED SSEEE 140TGUTTER ER
E CURB d GU
SECTION
CEMENT CONCRETE CURB RAMP'TYPE fop $4.38298 lip �Qr� a tti
CEMENT CONCRETE CURB RAMP'TYPE PERPENDICULAR B'PAY UMR-SEE NOTE 8
PERPENDICULAR A PAY UMrT-SEE NOTE 8 �S�0 AL F'�G
;`? PERPENDICULAR
CURB RAMP
STANDARD PLAN F"40.15.01
SHEET 1 OF 1 SHEET
APPROVED FOR PUBUCATION
Pasco Bakot9ch ill 06.03-10
ISOMETRIC VIEW ISOMETRIC VIEW "'M wm 0Etl0M� °"'-
Wal '>itl�D.pvin�dd T�vegw4lbn
TYPE PERPENDICULAR A PAY LIMIT TYPE PERPENDICULAR B PAY LIMB T
cu
.. N
E 12s +,%
EV 1 Av . SE
00
00
�S't.ou �Sl,00 II
L8
5
�3b�ea 36.ao
0 0
L
.®. �,.
Video
. .........
\9 1 SG.mb ro'� yP�vt{ 33,0'(
Oman
0 MAO 0 lfq,�Of 0 7,7>,Oqo 0 6.--
2S7,00 0 i58,aG
L4
I
I
i
i
LL-
B_ TRAFFIC -
FLOW
- N C
4Q
TRAFFIC
J.B... c- FLOW
ti
7t1ItFL.LANn-Et -
-71A+E.ac PR YE COATING - -
SCQTdiKOI
ai -07 TRAFFIC DETECTOR
112- nun mANat7. 198
LEAD-IN CABLE 2/C
SHLD:
7t
LOOP MARES
METAL TAPE
OR $HIELD
COMPRESSION AND SOLDER
CONNECTION
TWO LAYERS OF SPLICING
COMPOUND TAPE do ONE
LAYER OF FRICTION TAPE
INDUCTION LOOP WIRING
AND LOOP SPLICING.I?ETAILS
'y 0 ADOPTED
Gr N .... CTTY OF RF�1 tc S n
STANDARD PLANS
�.�O LST DATE: t1.6
'VAR. --_^—�
_ 3/8" 3/8"
LOOP WIRES
r 2.1/2
,; .. CRAFCO TYPE RUBBERIZED
,� -+ �•,.,,.. ^ ' '" =� ASPHALT LOOP SEALANT
--
X = 1/2- OF DEPTtf FOR
EACH TWISTED PAIR
TWIST EACH PAIR 2 TURNS PER FOOT FROM. PULL BOX
TO END OF LOOP.
—HREE TURNS. OF WIRE IN EACH LOOP, AS SHOWN ON
DETECTOR SCHEDULE. OR AS ^'RECTED• BY THE
ENGINEER.
INSTALLATION AND TESTING.TO CONFORM WITH
STANDARD SPECIFICATION.
INDUCTION LOOP DETAIL
n*Y -o ADOPTED
CITY OF RENTON
STAKDARD purrs..-... ....•.z+...filer.
CITY OF RENTON
PLANNING/RUILDING/PU13LIC WORKS DEPARTMENT
.�---- VAR:
COLD PLANUNG ARR
- ------- 20 '
it
SECTION A-A
v
VA9 '
-. t fZ' Ch1E��CtfD ,
AC ming r 011711AY r"
ter:;..--•:= � J • � , . �` .,,,,��
� t
rxisC ,4C PAt-fitur
Gt�tlt7,' .4141 511YIY,ttd' ' PIAMINC RISTIMO AC P-Affe. - CURFR�tNR SlRt}!"A!X
PROPOSED C!t'QSS-SECnO
,
,1c pAITI.&MMAY
rXIVINGStRrIACE . ..f Oti, RY:,NTON
• � hirs��r�NT• ors• ruu:.�c woi�xc
Z, x.�AI��1ti1F,Nl x. AIL '(Y�• Cot-D-pc. �i
• , ' t �D�!L' 0#tb //I t ��At/NY.I ILl�L+.J+�
NOTES RISER RING DIMENSIONS APPROXIMATE
1. Dimensions may vary according to manufacturer WEIGHTS
I$� 112- r 7
2. Base to be placed on a wall compacted foundation. CASE 60 LBS
3. Monument rase to be installed by contractor. COVER 19 Les
4. See WSDOT Standard Plan A-1020 for Monument(brass disc)type to place in TOTAL 79 LOS
2"O.D.galvanized pipe.
4 5 8' R
CONCRETE BASE "o
. •° I �11'DIAM. n
• D .� _ ��ll . N
"p.. �• ° t R 3 7 4" R
a
•; SECTION
A - - ----
D• . D ° COVER
•p p
V •
.p 5 1/4-R.
D
•> i 434' R. 1/r
;gyp. •"p e'I
�- in
PLAN VIEW i t .
ACP Class B. or as approved by
the Engineer. , +
1._6. R 4' R n .
iq
SECTION
° z D CASE
tt
.'o � a• S�®per
N
CONCRETE BASE ����111 1 1` 1 10 1/2- DIAM. 4
9 1/2' DIAM. ISOMETRIC
UNDISTURBED SOIL ••� � •�• ._,
j'
GROUT 16�
r O.D.GALVANIZED �i\ A
STEELPIPE—NOTE4 A
SECTION -� 1
INSTALLATION s• DIAM.
9" DIAM. W14-
SECTION SECTION OF LETTER
RISER RING
Y STD. PLAN - 113
* + PtJBLIC WORKS MONUMENT CASE
DEPARTMENT AND COVER JUNE 2008
�� o
N
Qm
Q .
FRAME AND VANED GRATE
SEE NOTE 4
CLEAN SURFACE AND BOTTOM AREA-
PROVIDE UNIFORM CONTACT.
THE SURFACE AREA OF THE BASE SECTION MUST
BE GROUTED TO THE BOTTOM AREA OF THE
ADJUSTMENT SECTION_ ADJUSTMENT SECTION
BASE SECTION
NOTES
1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT
BE GROUTED TO FINAL GRATE 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 GROUT OR GRATING IN
PLACE IN ACCORDANCE WITH STANDARD SPECIFICATION
7-05.3.
2. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE.
THE USE OF SHIMS IS PROHIBITED.
3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT
RINGS AND BRICKS PRIOR TO PLACEMENT.
4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS
ARE STAGGERED TO CREATE A RUNNING BOND OR Y2
BOND.
zY STD. PLAN — 202.00
PUBLIC WORKS CATCH 13ASIN INSTALLATION
-' DEPARTMENT
�Fo MARCH 2008
•
.. .......... . ... .... ................................ ... .:..... .............. .. . ...... .. ................
SEAL WITH AR 4000 OR
APPROVED EQUAL AND DRY
SAND AFTER PATCHING
PATCHED AREA
A A
COVER
PLAN
N TS
1'-0" OUTSIDE DIA. 1'-0" 2" HMA CLASS 1/2" 64-22
OR AS APPROVED BY THE
ENGINEER.
4" CONCRETE
SECTION A-A
NOTES:
REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET.
ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE
BLOCKS.
REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH
CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE
WITH 2" OF HMA CLASS 1/2" 64-22 OR AS APPROVED BY
THE ENGINEER.
Y
PUBLIC WORKS TYPICAL UTILITY COVER STD. PLAN - 400.4
' DEPARTMENT ADJUSTMENT FOR
�l, p$ PAVEMENT OR OVERLAY MARCH 2008
"_•."- S .nl, W1111 All 4(Tt?t) lm.
� (:Ulf .;i'1'�,i}iti�{}•";�' ' ...._..•... `.::. ;,:.r„�• . ,.
� �'• �'�, .,• ;., ,,
��� :Uhf(:, ,;'�?� ;,.�;,;�,•,�;���• � ...,,,,,\\\ l;; �I.t�'�4,
i AIC11CO AREA,
• � •fir • , �.�.,t.:.:.
l�
{
• �r
t
�'LAN
' - SEC 11oNj n--n
TYPICAL Wf TER VALVE 'BOX'. LlSTM[1> 1' ”01z
i' {
' P AV L M ENT O IR. 1.AY
. • � �� � :tits
CENTER .LINES
• • • • • • • e • • • • • • • • •—�
� "
- 30' 4 YELLOW TYPE I
LINE MARKERS .
DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid'
LINE MARKERS (REFL.)
go 15 1 3 V-4". YELLOW TYPE 'I'
LINE MARKERS
SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid'
LINE MARKERS (REFL.)
TWO-WAY LEFT TURN LANE
• • ® • • • -• • e • e • • e • • • • a--L4„
9' 15' 3'
12' 4" YELLOW TYPE 'lid' LINE MARKERS (REFL.)
4" YELLOW TYPE 'I' LINE MARKERS
NUMBER OF 2-WAY LEFT TURN ARROWS
SPEED LIMIT 25 MPH ----- 200' O.C.
SPEED LIMIT 30-35 MPH 250' 0.C.
SPEED LIMIT 40-45 MPH -- 300' 0.C.
SY STD. PLAN - 109
+s® � PUBLIC WORKS CHANNELIZATION
O DEPARTMENT MARKERS.DETAIL
A 0 MAY 2009
APPROACH LINE
aaaaaa aaaaaaa ® a 8»
3'
4" WHITE TYPE
24 'I' LINE MARKERS
4" WH I TE TYP E
'Ile' LINE MARKERS (REFL.)
NUMBER AND LOCATIONS OF . ARROWS
APPROACH LINE LENGTH ARROW LOCATIONS
rOR
20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR)
50'-125' 2-ARROWS (20' BACK & END OF .APPROACH LINE)
125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS
OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
a aaa
9 15 3' 4" WHITE TYPE
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REEL.)
LANE LINE
4„
9' 15' 3' 4 WHITE TYPE
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL)
Y
STD. PLAN — 109.1
PUBLIC WORKS CHANNELIZATION
j DEPARTMENT MARKERS DETAIL
MAY 2009
I
i
',� I � •lq i I .. J
G � I
I M
.I
1!
I
I Two-way Left T=•Arrows
p
A D0PTRD.
,��
CITY of REx'rorr
�.,,,� �• � 756
• '�/8
Pi
0 ,
r ' '
TYPE " BLOCK
. i .
SECTION A--A SECT110N•. Bp—B 12
TYRE "C" BLOCK
Type 2; Y.-Otlow G- s nei • PIRECAST BLOCK TRAFFIC CURBS
.Yo#ow one! Ye-1ow
TY20 20 l hlla .— One .Sldp Only.
type 2l. Yellow -- On Side. O.Fti�I..
_ nalsod Pavement Markers and Precast Block .
RAISED pJ fi 1 t l � ) �nttic Curbs
' ► ADOPTED
124 10 74'
' tea• ;• � +,i� � r
STOP UNE
�Il ,Ri2. 3� t�Tt:
..
'
•ri ! EDGE `OF -ROAD LIFE
5 .
TEA �jC.fij4
,YA HTE ¢ YELLOW .
. . • T ,
-ter�+•,'T�•���.�, �{,-.`.y •.•Y��.1.•'. _-_��...�
YA Inc
Pavement Marking Details
CURB LANE LANE
LANE CURB LANE
CENTER CENTER
IN.
IN
{
I LANE 1 LANE I
•t
r
i 24. ' g"(T`FP.)-OP
I I L3'(TYP.)-STRI
(TYP.) LANE 1
LANE y LINE
{ CONGRETE LINE
GUTTER I I
TIRE
I TIRE TIRE 'TRACKS
TIRE TRACKS TRACKS _
TRACKS
--- - OAD11tlA� �0�1-FfGURATION
- - Pfi�At 4 --C
NOTE: THE SAME CONFIGURATION
FOR ROADWAYS WITH MORE OR LESS LANES. lastic/Painted Cross
APPLIES. KEEP IN ANDEIN THE RAOIIED PORTION OF ON E Thermop
THE LANE LINES PAit t n*",LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/ Crrt• of RENTON
STAKDARU PLANS LSr DATE'0+/�tt/1940
13'. ' 4'-5"
31..
.a .r r�• R . 'i'--fs'-'i
..,.'... 9,-0"
63--4'r
M.
4
5-6-
5'•-6-
11'
BASED'ON TYPICAL it-FOOT LANE WIDTH.
!f THRU & LEFT 'TURN ONLY
1 ARROW f)1'TAtl.
t `1 Y o ADOPTED
G� .4 CITY OF RgN'!()N
A +
STANDARD VIANS
en'.. ..n CST BATE lir/.:rl/46
•3t;•
6,-4..
6'
• BASED ON TYPICAL >>-FE70T SANE WIDTH
7.
THEW AND RIGHT TURN. ONLY
ARROW DETAIL
ADOPTED.
CFFY'OF RENTON
STISDIA'C�PLAN8-
Page 396 2009 Edition
Figure 313-29. Pavement Markings for Speed Humps without Crosswalks
OPTION A OPTION B
rk of Roadway
!--12 ft typical �•-12 ft typica{
Center of t
travel lane
12 ft 12 ft
typical Center of typical
• � speed hump I
l 12 inches I I
12 inches 12-inch
„^12-Inch white
white markings
markings
--w
T. OPTION C
�Qof Roadway Legend
'
12 ft —o-Direction of travel
f--typical Center of
�--9.5 ft--) ' travel lane
1
Center of 12 ft
speed humpy typical
12-inch
white white markings
10.4 inches
t 12 inches
I
I
i
I
Sect,3B.26 December 2009
�a t•■t•■ttrtt■YrY■1■■
.t t•at'HrwHN\N•a..w
rrwa ■uorHHr•at■
•.� ■w■ttw•r\■6■ww•\eV 1B
•�V w ^ t\w\wYe Ywliwe. 9w
'..� •war•rr■ •�
w\tr\■■rZY\•\■girt .9w
•N\M\� G �■aN5'• '�rw
v Hu •rr i..era° +o�
�'. ■oot■tonray. a
.ei wrriiii:.�°r:o:v�� e■
em ■t■■uryr lNrY■■r ■r
efn '. iiilt�wtr'n■■wtr. �■•
'�� ■H "trt■t\•f t
v!oo r� .0 10Ya\eve y o � ff � �� F.•
wom¢ rwriv.`•.•$YY '� i •tt. C�•!ltlE I Yt•
v/r■ ■•■■y `• O MYY:D to".�V +Siv
•gr HYHr• V Wo ' p a ���
flit■■■\ .:■ aMfP 1� (y� WIYY
tN\■tY-;f ■rY• M L ( w i'.r�ln iirr
r �\wH\rl� � •�Pi
■fZirrr■, w\t■Yq r ? yr° C
m rt•■tw■■■ r ltrm / � - D
t�r tyr r• Yry .A .•� .. � y�
•s + VP• w - fYil�_
. •wrirwi
}}** wV
N •S�r�.'Y. . m
r • � b•
�■ecro '� �rr.ue•Yt.
• •wrm•'e.•:'� err wv�GVr • �_
a wow• - 'fir ''v■wrw
atrs n»rNr\•
0 aa°f•F:"�,::4ta r-�:°"•..L'mESt Nr
341 Contract for joedflaft Gild
as erg:.'.Nq i•;o•• (leer\ � 9 � 0 Y.
RI 10
units
TY Z1.lam
TYPE I TYP 2R
LAME 40
ARROW SY
I 41t
� �wew:° ■aee:.'+ CZOeIa E/1.• 'frr
e arw■u••;� eo
■a■vm wHnY, e
■O■tsl:.: Nuw•ai.v art g
Gd ••nr®° •iHH:t• rMf••
� N•ma-..' ran Vi
•u■wwrsu uww .W
m moan°:'• •tuttu■ ■artam•: ■
U •rr.Ya o:: a■wHtrt•■ rR!lr•t m
w r•w■a ■•r■wtu■■ �■tw\m ..
a �f16. r •■ ■• \w•rm •Y
tyro •
0 y
DET pie• '• i� �� °��■■
� ��► �� a.
LAME
AILROAQ
:
PREPERENTLAL
. P RXN4
u S d O Q v y ..� r Nounosa 3NV-1 3No IAOJ
odlJ+s o6P3 04-ILIA �011034N0O .330 3'Ndl 310NIS '
odlJ+S 9b03 A01104 °b od(J+s VJoo L14-PIA ovol dwoa
au+sr.wuk 601.4.5 eOP3 a+WtA
6*1100"MM�a LOU"" odlJ+S e4P3 e+14M n
S`tIV13Q ONidlUlS
.... MOpe�• D
9d{J+$ OUD, (•dRi) u1PIM :ouD•{. odlJ+S'oJaO 1 e'dIJ�S e6P3
odlJ+S o5P3 xolloA ,00£
'UOOJO14 od1JyS e6P3 Molle'l
UMDI•la 9OUNJow �-uOwmvd pO4.Ulod Otl+ o+ < 944S e6P3 CPU ;adlJ+S OVOI doio
RJ04,Uowolddns Jo 0 nap'ul posn Oa yDy9
oJoKJow avol 'auolalnoJd lolovda ul ',; ; - �" -•
pol}1oodw.Jo Wold OV+ too UAOt{a oJauM — -- _
1S310N o.d{JAS ouo�
edlJ+S 003 M0119A
odlJ+S 9bP3 o+luM
'� Noi1�3l�1�0 X30 �Z�V� 310i���. '.•' . '
od1J.}S e5p3. 0 1 V1PIM euo•l dwoa f'df11 W-PIA OUDI
• 1 d�11 �i•P1M ovo1
edpJ s OOP3 A0119A ed1J+S 'oJOo ' edwi5..4lv1 e01J+S 0OP3 e41LJ11,
ed1J1S o6A3 MolioJl
i ed{J+S e6P3 MOpo�.
MOUNNNOO NO 3NV 1 51 tS :1 eti{�+S OOP a+itlM
'Odi j S eJO0 `e°d
odW+S o�P3 ai�l;1•M
{'dAD t44-PIA
euDz 4+Plt� ouD� ewo1� �-
IN
odlJ+S oCpg MO(le,t,
041J}S 6UD7 *AJ+S oop3 Mo11ol edlJ1S 803 'OPIUM
j
i
\\\ U^0149 t0u114JDW yuvwvnod poiulod oul of
�-- •� y�q RN, `` v AJDLUOWOIddns Jo j0 1.11 Ut P-M In 11OUt
C 717
" ! \ Ci� CJi,4JDW iU01 'SUOttiA0J0 IDIOadC ul
\ ,3 Ro111RVdv Jo suold oyl uo UAO+US oJVUu
,
W+wuuwur 'S31ON
SIN130 ONWIUIS'
N01103NNOO 330, SNVT OMI
odl-4S oaP3 4114A adlJ�$ iaUDl d•1J1S vJOO edlJ+S e6P3 o�14M
"I'ey 4ld4j).4Q U o4D1
... tadlJyS oJOO o
vdWS o6P3 M0110A —+-�. --• ... -v
rr
r
3
od.l i6 Mo. v q•d 11 4J Plat OU61 m
a vd v
l �S P3 N A _ �J•�:,vubl ��kS •�3
' •' vd 1 ao . Mo a
• i 3•S . - p3 !I A
t
m v S .vu l doJp edl-4 S 96P3 944A
vu*j oaP3 *oIIoA Od1J�g avol
44) G.Ktq
NO'11,03NN00 NO ." IYI 0
jr
041-in con vi-ml m 1 edidiS 9 bp3 MO11vX
I Q'd1J1•S e6P3 1041 14A
o'dIJ4,S WOP3 v+i4M 9414S. SUDI vdAll 44-P114 oubl et}1JiS. eJOO
adi.l�g e6P3 A0091 •dXl1 4Fpi l 4Qfk)o1 a ka�S o 07 edt:l{S o4P3 �,a118A sCIj+S Don so4M
• I
Yellow Edge Stripe ` i Collector boa Width
GC 1p* Lane Stripe
Yellow,Edge Stripe
camcc
white Edge Stripe Collector Road Width Lone Stripe '
Yellow Edge Stripe -Ramp Lane:Width White Edge Stripe
.� .•�•'- .. Cure �tr#p.�:
*rtpe Dare Stripe
•6d}.p
I •
4mo S ripe; Yellow Edge Stripe
d
c
ti�i' �ip.i
dth tT_ pj White Edge Stride
Lane S.i�ripe Lone
C LI.EC aF '*OAO ON C.d'N�i�k MON ,
/ M•:
4 Yellow £dtte Stripe
Yellow Edge Stripe Lena Width lTyp.i -' ' IS•tripe '. ' Lone Stripe
White Edge Stripe
�" l Yellow, Edge Stripe
`—white Edge Stripe White Edge Stripe
Romp Lone Wldth
Yellow Edge Stalipe White Edge Stripe ' ' Collector Road Width
o
Core Stripe
Ramp lane Width Yellow Edge Stripe
White Edge Stripe
'COLLLTOR �0A,0 OFF CONNECTION , STRIPING DETAILS
� .u.nw non etrxf+at It uwtisrn�
NOTES:
Where shown on the plans or apeatfted d
in special provislon&,'Iona markera ''y °d A D 0 'P T R n
yeml ra --ad in ❑n of Pe e11f10l& Af%+nry 3N �
i
020 NOTES
1, SIGN SEQUENCE IS THE SAME FOR BOTH DIRECTIONS OF TRAVEL, ADJUSTED FOR THE
* DIRECTION OF ROADWAY CURIES,
i 2. FLASHING W*RNIRS LIGHTS (TYPE 8, MUTCD) AWOR FLAGS SHALL BE USED TO
CALL' -ATTENTION TO THE ADVANCE WAORIN SIGNS.
3. EXISTI�G CONFLICTING PAVEMENT MARKINGS AND SIGNS NO LONGER APPLICABLE
SHALL 7 REMOVED. TEMFlQRARl PAI�EMENT XbRKINGS SHALL BE USED TO
DELINEA fi BVPASS DETOUR.
ggQQ P,p� EE��
4. 81AfPASS ZVEMIT EDR6ERTMANfi�WGRI RPORARY GUIDEPOSTS MAY BE USED ON
S. STEADY. 8E(IINjIG 1�lt-NINO LIGHTS (TYPE.C, MUTCO).SMALL' BE "USCO TO MARK
TRAFFIC CS I30L µICES AT NIONT,
6. WERE .iel?V SPEEDS ARE 30 MPH OR LESS REVERSE. TURN SIGNS SHOULD
BE USED•. �R-Q%%PE OR TURN VARNING SINS MAY BE SUBSTITUTED
x1-�tRt . TO DEPICT RE)A6*AY ALIGNMENT AS APPROPRIATE.
TYPE S� 6t�ttkt�,f(�BS
T. ROADSIDE BARRIERS AND ENO TREATMENTS SHALL BE CRASHWORTHY.
W13-1 xx Sr-M SPACING. = X MEET)
T ; Rure4R0ada RS/SS. 1 s00•••
t Hnp4a AMKIoh�
TYPE 3� SAMICAOES tturaNteee. �ant 7s0'r
EXISTING STREAM 0 {It ''� DAD Rll•2 - i4� ZsFSO Mt'It am*.
GTNER 00STRUfT10N QS () B/x RealdmotolAre"1
/ AAAWA or*Q1eak oft d0W49
M4-101. OR j4k_, jx1-9tt.t d t,"
x1 eiY IL f1k65 OPTIONAL 6ttANNCtI2tNa CCVHX SPACING tRtEtT)
iMmt TAt ER TANGLIIT
x)-4tL1
40 to
W12-404R I 5I1 30 to
23170 20 �0 t' tlt f,V�j'`6'
TEMP.•OAlmp r�i X x13.1
TELLOV;CEFt1ERL'INE
Od
1-FLAGS OPTIONAL
LEGEND j ,�f'F/aONA1.x��O`�•
/0 WARNING FLAG FLUORESCENT REVORA"E DETOUR
$ FLASHING WARNING.LIGHT
AHEAD x20•2 VEX. R 2
G O O TEMPORARY TRAFFIC CONTROL DEVICES '��Q1'I RM
xto-iIfYI'fSi Dh�RS�.N
A% TYPE 3 BARRICADE ROAD
WORK SiA149AMD�MAN K 4
SIGN LOCATION - POST MOUNT
AHEhO !ltEtiT t e�t SHEET
►{ TEMPORARY- IMPACT JITTER�• TD - '--w
I WHEN SPECIFIED IN CON'FR•AC I ADOPTED
CITY OF RENTON
•"•"'+;.► _ * STANGARD PLANS
l ' LAST DATE:12/20/2002*
SP PAGE KOOI
Ef-= A NOTES,
I. MODIFY RQQULATQRY TRAFFIC CONTROL DEVICES
ROAD i 1 A
FOR THE DURATION TRAFFIC THE DETOUR.
e/x NO RM CLOSEQ ROAD x¢o-3 2. TWO FLASHING HARMING LIGHTS (TYP$ A. MUTCO)
CLOSED SHALL BE USED TO MARK EACH BARRICADE AT NIGHT.
-11
IN
500 34 DETOUR Tt�AILBLAZER•S SMALL BE INSTALLED
FT THROUCHt1ljT THE•DETOUR.
S�IONING •
` �t'OAd xzo-� $Hax,�t FOR ONE DIRECTION .4�lt1.Y.
k, �Er * S. COORDINATE 111TH,EMERGENCY SERVICES.
kc-s ,�,• CLOSED
1040
i1D C .•�D
Xx k(II.ES AHEAD 811.3
eex
EE kl-10L
i
I •SIGN SPACW = X (FEET)
. i � � RueetJ�eoea .s.ss rsm sotr.•
(✓redo Aetanla� � 7SM0 1AR
. lunattoeea DSO•..
' MS-1 ' BuroMteeps
w6m itr«*a
lr T MateNMial-real i MOM u" tOO•-
'
AIWlg�fs ma bleak on prom"
i.,LrdY.WR M�•ri
k 1!6.1 90 k ,1
WIG
Ilk T
! .1€�M�•. e2�rx
I1 $ a3-ioi o..
aIN.�AD
ks•1 tl) � .,4
LEGEND
0
10 TYPE 3L BARRICADE
3
?!t. TYPE 3R BARRICADE QAD ROAD CWRW ZW-M
4 SIGN LOCATION - POST MOONT CLOSED W- rM' DR-TOUR
FiEAO STANDARD PLAN K-2
eMEM t OF 13MErr
ADOPTED
CITY OF RENTON
�'x* �'�•- - +� n STANDARD PLANS
LAST DATE:12/20/2002
II
i I
I
I ,
EK' *Atii(6LCFtIMb M=SP.Attft cf tlt i SPACING = X (FEET) NOTES
ROAD IM C20-2A tEXC9P-1 FOR tiC tsar REdtCyCRLxt�ti�7 !
MPN TA?!£R TiIN NT Rurd a , , 1. FLAGGER STATIONS SHALL BE ILLUMINATED DURING;
i 45/55 MPH SOD• HOURS OF DARINESS.
DD/�S' 40 I[0 ttiCn 1lrlsf]ds
35/40 MPH . 3301" 2. EXTEND DEVICES TAPER ACROSS SHOULDER.
2S/TO 20 40 ? Rr 3. SION •SEQUENCE IS THE SAME FOR GOTH DIRECTIONS
00 41rDen Straata OF TRAVEL ON THE HIGH- AY.
y.1�'� � RRatM fid Arap�.a �s/70 MPH 200'•=
i 4. RADIO EOMMmICATION RECOMME ED BETIEEEN
ARC)" ar.fiieak en erap• FLASSERS. REQUIf3E0 IF FIAC RS DO N7 HAVE CLEAR
,C/ 100 txhaa ett»r•h•e••t0�+•t•a
V31-ON OF EACH OTMR.
1 I BUFFER DATA
++ OPT•IORAL IF 40 MPH OR LESS BUFFER SPACE B
SrEEO fiPlO 2S 10 40 4S 50 S!
ROAD wm 0 yo.�ti4 ' p N20•T� tt)IOTt tt.•et ss es Ito I3o Ito seo us
020.2A swat .mleAt rs>ntt c rottlo s� atntRr
•� R�' W20.4 4 YARD
•% I 24.000
Otl1l� TRflLlt !tfi
• � /' 4 AHE
/• f A{) 2 TON rs000 s.
AM EA N2 0-1 Roo r
Ar ROAD t
WORK a•ovo
AHEAD Roo Tsue.
BE 1t20•7A y •4 frost AMM szMM C�sA"M' M#rHitI6T.
PREPARED .
DSIOP � : y
«tE
ROAD RO O itDRt? of*u ►''
ROAD AHEAD STOP ��P'1 .� 020-2A
110RK W20.4 NkIT FOR 20 4, C.6
AHEAD PILOT CAR R/N
1170.1 USE THIS SI GN !a. u>na ♦ `►`'4
IF NO FLAGGERS
LIRE ON DUTY. fflAfJAL ��4
i
R rt EAT) F A'� l5 THE
ktow,mm Emu
LE' GENO FoLl. G sibtSS Skt HE
Rt6nf� TO 51 PR7ffE�t THE A�L.'�t�'A OtEL 1lYIAY
td SIGN LOCATION TRIPOD MOUNT SIGN SHOWN ON r e,14_A I I' i t IgAQOMC'QUI'itG."ZD
n o n TEMPORARY TRAFFIC CONTROL DEVICES x}20-4 20¢¢� 16 OR RLGFr CA It QQKMQ'R =
36220-4 1a MHOARtD
KAN K-3
X
A FLAGGING STATION ph OT CAR ar r,00IAmw
PROTECTIVE VEHICLE :FQBtOtYME ,P ADOPT
(WHEN SPECIFIED IN CONTRACT) (ON PILOT CAR# e!LPT "� STANDFRF.FILAN
-• EXISTING STOP BAR tfGR ROAD ApPROACHE$ •a�;,rr' "..+ :.. STANDARD PLANS
As N Eg£0) """` �IQ'"' ' LAST DATE:12120/2002
{ SP PAGE K003
NOTES
[� 020.2A
:t 1. EXTEND TAPER ACROSS SHOULDER.
2. THE MAXIMUM LENGTH OF WORK AREA CANTgqOLLED BY
ONE-KAY TRAFFIC SIGNAL IS 40.0 FT SuRn TIMING
SHALL SE ESTABLISHED BY OIdJ1lIFIEa FE10ANEL.
3. SIQRS SHALL BE POST MOUNTED IF SIGNAL REMAINS
IN PLACE BORE TRAM 3 DAYS#
fFtOAfl. r.. .
WORK t.K
EAD . DUFFER DATA
E?clr3 tk0 RAxIENT
' x20-) sa; �. � � • i 9tiIFmR SPACE a
' si;tip t+Rtn � :x 'at to is se ss
STOP ,'�a• I x •{IR RIO-% iltatM ti,. . s}t •±Ra• fro M M 17t
tlix . .
AHEAD stop moat "Fa%meats Pas. $790 u"
tni L04M M. trite cmulm
x20-� R104 ' o•. REA x3.3 R!t! tneht tr«e►
B/x
x2o-1 RonttA�xw eoao
a
O ,aaa,,ta•
w1.3 f AHEAD x20.1 sae
e/Y RDAD l A A
+ (FORK
CHA ,0� 4� n>r AHEl4a
L" TAM SJIff0EI1T
40 to .
35%As 30 i0 P.
23130 20 Ro " ARY �tl 0.[j
x� 'O
LEGEND ' i , •
A SIGN^
TRIPOD MOOMT , C '•02il-2A
c o o TEMPORARY TRAFFIC , f WEAL
CONTROL DEVICES t fa
FLAGGING STATION a°00 rPa+ AE.7% A�4I!I4 G IM MAY
PROTECTIVE VEHICLE GARY
®. f WHEN SPECIFIED IN CONTRACT) n ►y�� : �tAht =' a' ' . MOLL 50
' sal •r.area%en aTJISN©ArETCD RLAt!i K-4
�-3"•
PORTABLE SIGNAL '"'�' •*^•'� •°�'•t Q a1tPSR t oP t aHeEt
8 FLASHING BEACON ADOPTED
CITY OF RENTON
STANDARD PLANS
LAST DATE:12/20002
,
• i
SP PAGE K04.4
SIGHT DISTANCE DATA
MIN. STOPPING SIGHT DIST. = S . . . • • - - - • . • - . . . # .
SPEED LPAT 25 30 35 4 0 45 1 50 1 55
MPH I
I
DISTANCE
FEET 75' 100' 150' 225' app X75" �tSO'
USE AODITtQWALSDIS A C=- its,L. ROTES
I. DAYLIGHT.k12M ONLY.
X21-1 2. RASIO CONTACT ESTW£EN WORK CREW
BLACK ON AND SHADOW VEHICLE RECOMMENDED..
ORANGE
. 1ltiRtCE�ES; � I '
S8I1IlDtT )tIC� MAINTAiI H-JR. SIGHT OISTANCE
}gyp , "S" tSEE L'MAIITf TO APPROACRIN.tf TRAFFIC.
OF NflAR 41Ffl66E "'A. '
PORTABLE tOSARaraetae
BLACK am MUSE SIGN ai9RLAYS
• i�': ORANGE P.C�A -
iS
ROAtx 1 2
W�
OR weW- 83 eE
. .-H�iEn aN PREI'ARf� •
AOAoltAY TO STOP
T/I i mmmT TO SACX I•S 1.5 SEC
t v SHAG".kmcu ItgUNT TO mex
` I OF $WtV YkNICLE
WORK VEHICLE WITH FLhtHING AMBER WARNING BEACON '�fEaxl►I• ��°
I
SHADOW VEHICLE WITH FLA51408 AMBER IEARN.ING SEA-CON
tWITH TRUCK MPUNTED AT'TENU M WHEN SPECIFIED IN CCNiTRACT)
i LAF1'Z R�w�WtORNT
' 11�fEET 1 Cf 1 tE1EET
ADOPTED
CPfY OF RE:NTON
�.. "' rFrr"-: •� �, STANDARD PLANS
WT DATE:12/20/2002
f Rp pAC:R
•• � NOTES
BUFFER DATA cAAxRtT,IZIRO Dtric 31-41 a rEEtf MINIMUM TAPER LENGTH ; L (FEET) 1. EXTEND DEVICE TAPER ACROSS SHOULDER.
BUFFER SPACE'r B wn• to TA r D"t°N Poew 30"d Moe►
+,fin so ss 40 4s so $s to is 2. DEVICES SHOULD NOT ENCROACH INTO
sons 4o ADJACENT LANES.
s►cFO iuno ss so ss 40 43 so ss 1141" — ,ssi� so� s to ios fso 20S tto 4so 50o sso
LDiGTN 1fN1f ss n Ro Ro Z20 290 37S 46 AT;S — 25no 2Q_; 40 11 tis its rn 2!s .ss sso 9oS «o 3. INSTALL PORTABLE CHANGEABLE MESSAGE-
cTNt vo+aa ROLL AMtAO OS +R SIGN (WHEN SPECIFIED) APPROXIMATELY
YE1.0.E rTfhCAL rt111C1[ posrto STATTOMART
It 125 tto 12451301540 too tto T20 Teo 1 MILE IN ADVANCE OF LANE CLOSURE.
TTrt LOADED WWRT sotto OPERATION 1 A. USE TRANSVERSE DEVICES IN CLOSED
ads) tmp++l it•df LANE EVERY 1000 +-
4 TARO to-0
ate tRNER sass TS S. FOR HIGH SPKEC R A-WAYS J_ 0 INETTAPER
46 SECTIONS. USE tIN LIEU OF CURES).
tads
ARGOTTlIl1CR '5'00° s4ss UC S. ANALYZE THE TRAFFIC VOLUMES TO
W4-2L W20-SR DETERMINE WORK HOURS TO MININI2E
Rra� p'000 t0.1S ho H2O-i TRAFFIC IMPACTS.
4 ; 7. A TEMPORARY RIGHT EDGE LINE
ROIL AHEAD STOf'fRlG atstAMCt ASSITYES DRT sraar. RIGHT LAKE is IRED FOR A LONG TERM
ctk4AD
AREkQ. WORK
END
020-2A
EA G SION SPAC114G : X (FEET)
I:OAO TIDRK R_dllkoadt 45195 L" soo•.-
S00' SEE NOTE 5. L X X X W.Aan ArM.rrtd•► 3sr4o wn+ 35a••
MAX.
R 8 HO RnrokRead•
2,
SEE 7 TE Ue4en tar••�fa 0"30 UPS 20a••
/ Raldae�fld Aha•A a�a
BAR O O 1 O A O 00 L AufiiisA`afturvtikaiil +staa '
2, St'E Nil 14, SEE NQ fE �•
Ur
i o oT
I"
PQRTA51,E f;0GEAELE
MESSAE.E &DON DISPLAYS
LEGEND
; PCA4S �Qi Vill
a SIGN LOCATION-TRIPEID -MOUNTED
i `1 UME KOREA. 23,2011
ppp SEQUENTIAL ARROW SIGN GI;OSO AREA,
o a a TEMPORARY TRAFFIC CONTROL DEVICES t's'tjt 1.5 St c RtQHT Llkt+bE G�I��1U�
• RO,�t Dk�l�1GD1�D��kY
PROTECTIVE VEHICLE STAHURD PLAN K$
® (WHEN SPECIFIED IN CONTRACT)
PROTECTIVt VEHICLE WITH TRUCK MQy�,NTED. mtt�toFfaNtsr
0111 1*R ATTENUATOR (WHEN SPECIFIED IN CONRACT ADOPTED
FOR HIGH SPEED ROADWAYS CITY OFRENTON
CMS PORTABLE CHANGEABLE MESSAGE SIGH ,; ,, + n ,. STANOARD•PLANS
(WHEN SPECIFIED IN CONTRACT) ,�r�.wti. w, +.
LAST DATE:12120/2002
I SP.PAGS K0,o,6
Y;0.1 NOTES
ROAD
ENO 1. EXISTINE CONFLI•CTI PAVEMMENT MARKINGS N0 LONGER
WORK ( Q. 1TQ G20.2o APRLICAB,LE SHALL REMOV D OR (BLITERATED.
AHEAD 2. TEMPORARY MARKINGS SHALL BE USED AS NECESSARY.
I �Rln�nn
POSTED RIGID 1101 0 sEluma)D 3. EXPOSED ENO OF CONCRETE BARRIERS SHALL BE
SPEED SYSTEM SYSTEM SYSTEM MAINTAINED OUTSIDE THE CLEAR ZONE AIEO ADEQUATELY
x
MPH FLARED O'R FITTED WITH IMPACT ATTENUATGRS.
ro 20 1 art sit 4. STEADY BUR_N1140 WARNING LIGHTS ITYPE C, MUTCD)
t.a a' A. SHALL BE D TO MARK CHANNELIZIRG DEVICES AT
NI6E1T AS NE�BED.
4© S' @EAOSIK RARRI-ERS AND END TREATMENT SHALL
• 2 MI x
BUFFER DATA I LOHCITWDINAL BARRIER 6. INSTALL NR�EFIt`hbEpA A9La SA �.
FLARE RATES I MILE IN AI'VAN E OF LANE CLE15�>kttE.
' BI�FFER SPACE = 13 - '
SPEED CMMO 2s 00 iis 40 4s so ss to is
YI2B--�41R
LENCTH tr«n ss 15 00 no 2t0 h* A]3 ," 4es , bS#�lfh4UM t:Ft LENGTH = L (F EET)
posted E �A 40 '42 0 SS AO tS
l .lit'pS 25 SO ]S 5
PORTABLE CNANGAALE I . .•� �'
MESSAGE SIGH DISPLAYS = fe LOS 111C 300 S50
tOtif�
PCMS ��M a tta sso ws s
J u
I e
1
I 2 Y1 Vy 1R t2 tul {00 ao I Tao I
RICHT ONE
LANE MILE I
CLOSED AHEAD
1.5 SEC 1.5 SEC © I ;s CHAHHCLIZ'INO DCV4in SPACM 04"1
C20.2e fl Ijc
W4-21L) TAM tANgtNT
1.0
23f70 10 40 0
INSTALL. THESE SIGNS :I K W20-51R) �¢eT t�yfj0
ONLY IF IT CAN BE DONE
SAFELY ON BARRIER OR IN RIGHT LANE
A HIDE MEDIAN. I ;� CLOSED ,. t
AHEAD [sfu • ti�
LEGEND ��2tALkb�o`$ .
SIGN LOCATION-POST MOUNTED ROAD
+
TEMPORARY TRAFFIC CONTROL DEVICE : PeMS AHEA WORK SIGN SPACING = X (FEET)
o D
® TRAFFIC SAFETY DRUMS RvrolRood. 4VIS MPH 5074-_ LANX CLIGOUR8IHITH
• OBLITERATED MARKINGS (see notes U21 Y20.1 urban A�t.r1a•t TJS1Y�PkOuf YGGlY�RETL�
Rura►Roaa, X140 w" 3574- ®AED�1:R
-*-• TEMPORARY CONCRETE BARRIER WAEFLECTORS STANDARD PLAN K-7
p7d,Rbaa.
caa SEQUENTIAL ARROW'SIGN Urban w"to rl of t ate
EM ORARY MP�1 T T MaldefMtal Ana. t tsr�o _ "
.T. T p t A MTgONuAOI ,.,. -. '.' ..,.� A?PRmVED FOR PUBLICATION
(WHEN SPEC Fl iN CON'FR--ACT), .....�..,. . .r•...r .. .,.,,..�,
r..i.ne. �wr.►Rwn...
CM PORTABLE CHANGEABLE MESSAGE SIGN Atlatgna are.block on oronQe . ADOPTED
(WHEN SPECIFIED IN CONTRACT) unless otheewlse deaf• oted CITY OFRENTON
i + STANDARD PLANS
"Q LAST DATE:12120/2002
i
1. Ta IfAR84NG S 1�5 SUCH As LQQSE CId�iAEl.
TEi catul"O. B1S1N ABRUPT L,NE EDGE. ETC.
i 5R;E(,L SE USED AS NEHSSARY ALO N 1 TH ADY 1$.OR'Y
S ED SIGNS.
2. A1ZNI.SGR7 SPEED SI.ONS ARE OETEM. IRED -
` 8T TT ERC I Nd<El..
t ! 3.. FLAflOCR6STATIONSLATENIGHT.' TO MARK
Y2o•1 R1.2 R4.1 END Of PROJECT
BEGINNING OF PROJECT B/w B/4
ROM 0c xzo•s •Rak c2o•s W4RK R. ! HlAT IfD.RK or C
020.20 ROAD RORR AHEAD I i P1tSs AZkEA© X it6
I '
Soo'•• j
tG0' • ' I ii, Zort ,
"--'-' SIGN SPACING X (FEET)
-! - - - - kremeaes 4vu s" soot"
X 200' i SQO• t 1Wnbm e.rlas& 33mo W% 3504.
/ � lkretR4ede
ROAD TemD°rory ! ROrll AOAO RORt Urban=wt"' X20 MPII 2o0y
WORK A• Pavement t WORK, k20.1 G20•Ya Rattowta Aaeee t.
AHEAfl . '' ' >< taorktn0. AH£A .
' A1412%We bbak en oraaoe
02'0.1 �IFSiyt1 020.1 shal I be used when the mess stMnla
420.1 NON - M,ORK T NG t�g1t15 .0 k ,ore; I myth *xgteds 2 ml Its.
0.
4 a TA%
WN
V.
LEGEND L
{ SIGN LOCATION-POST MOUNTED
j S ER 20CD
PA10
j NM+WQ M149 HOUR
STANDARD PLAN K-8
>sfW/OF I SHEET
ADOPTED
CITY OF RENTON
ew STANDARD PLANS
LAST DATE:
/12//2012002
X CP P A M: ftn3z
BUFFER DATA '
i
BUFFER SPACE 2 B r— ----
S*N PACEN 1 = X (FEET) I. NO ENCROACHMENT ON TRAVELLED LANE IF
srtco a�w 25 30 3s 4o 45 So s3 so •ss — ENCROACHMENT IS NECESSARY, LANE SHALL
_! "OAS MPH 500.4• t3£ CLOSED.
L1HcTn.tt■e» ao 220 tec;sss � •tas — tkeon At't eta �6 MPH
raoTECIM VEWU Hal A ■ 350'4• 2. FOR OPERATIONS OF 15 MINUTES OR LESS,
YOKLE 11YMAL VEHIMC ►9STw STATMARY At da,e on o�' enp■ ALL SIGNS AND CHANNEL I ZAT I ON DEVICES
TTn LOADCO WMW Sn O "AT)ort ""t"'e „4.■t ■a MAY RE ELIMINATED.
Rts) (ROM tteat)
4 UR0
Wee rmxx 24AO 50,45, torn ssHO oF.ltt s�ACiHO tour)
4s
t TOH' co-cs go. tAtlSiblkT
TttuCS a,000 ; o do eo
tO-iS Ali......
4E►Y4 • 1t# t.
1 TCla
200'
T to,poo ,
ttOlL' 6
MirWW. TAPER LENGTH iU IN FEET
hem (ewe sore trot.)
i ) • t~ 2s 30 33 40 45 90 SS to tS
24s no w sso
t t 'US 4" s5o •os cto
i t2 - 320 s�o soti cso r2o r.o
2'm1 n.X NMI
a '. 7 q 0.
X .• X X L 3 B R A E fi rrr`Y�
500'MAX.
ROAD pt<LOER I N 4
WORK c
LOSE. Rom Iwo 20-2A
. AHEAD LOSE. � �,��o►nt� opt
WOEK.• ! I40 M#H OR HIGHER!
x20-1 xZO.301
. � t:xpm>io, Pa in loon
21-5 � •
LEGEND 11 �t>�ttct o�.a�tt;Re
MGM&ALLm
CA SIGN LOCATION-TRIPOD MOUNTED
STAMM=PLAN K•9
0 0 n TEMPORARY TRAFFIC CONTROL DEVICES rsttliRt tsNEET
ADOPTED
PROTEC;IVE VEHICLE WITH TRUCK
MOUNTE ATTENUATOR CITY OF RENTON
►afJl+. 1
.�*- <
(WHEN SPECIFIED IN CONTRACT) .�..,.�'�`.'�, + M . STANOARD PLANS•
LAST DATE:12120/2002
SP mm K009
I _
1
j
BUFFER .DATA SIGNS ACING', = X (FEET) M•INWUM TAPER LENGTH U IN FEET
BUFFER SPACE it B to-bon Art.r.as 15 MPH 3s0'•- Lee Posted Spend (mRh)
crab nRtc zs 30 35 n a urban strs a Tf)dth 2S 30 35 40
t feet)
Rss)dentid A saa A /3C MPH 200'+-
1tNG1N tt.•» SS aS RO — — luaainsss Dts Mats � 10 IOS ISO 205
' ��'aotni Tiik��irvne°t�d 11 � Iss 22S• -
CHANNELt21N0 DEVICE SMCIRO tfttt)
12 125 140 245 -
MPH TAPER TAN6W
35 30 to
25n0 20 A0
i
>� 10' MiN �2'min.
a a. o ° T a
E.
X X L/3 B
ROAD gp0'MAX•
WM.K SHOULDER
AHEAD ,' VIM. G20-2A EN
. ; :1D 1'EQAK �R.1�
, W21-
W20-1
LEGEND
Ct SIGN LOCATION-TRIPOD MOUNTED
T WI FMER_23.2 3
c a a TEMPORARY TRAFFIC QO)FTROL -DEVICES
PROTECTIVE VEHICLE t35 MPH OR LESS) 40W a`P8
(WHEN SPECIFIED IN CONTRACT) i
STA114.11Al3iD 1R1:kN!.C40
s SHEET j OF t SHEET
ADAPTED
I CITY OF RENTON
•�*�' ; ~ STANDARD BANS
LAST DATE:12120/20.02
sp PAa.E KO 10
NOTES
1. THE SIGN SHORN IS NOT REQUIRED IF THE W..ORX'SPACE
IS BEHIND A FARRIER. MERE THAN 2' RE It�D THE CURB,
OR 15' OR MORE FROM THE EDGE OF ANY ROADWAY.
i
�--- x
E S1Cl1 SPAGM a X tt".0
Pan[r �a ;R y
• YORK � ! a ot•5.. . tea
EIEk , Qeua. Au'.
it &2Sr3O MPH 200'+-.
11 0-1 i Atla(geis ace tllvck on eran4e
i un d. .
i
i
WOK BEY00 THE �.�e 1t. m
i 1
1
t42t•80t W laol
A
SM
BRUPT NA NIN.G S GNS - 1� LIM0ITESORTOXONEASIDE ATAA TIME.
LANE LOUTE AS NE.Dt D f QR SITE COND I T 14N5 SFIOI�l:dES
EDGE
TO SUPPL ENT K NTNG SIGNS.
i
2'
MIN XISTING
EXIS ING LANE i EXISTING LANE itFtttiLOER
TEMPORARY TRAFFIC t�O`X4y
CONTROL DEVICE ct'"�►iL'
SHOUIpER NARK AREA --- ------ -- ---------------------- .--=��� �o * ni�� ♦ •�'
■--t---------------------•-- �`•. . '4�Qrttsk�0♦3
4s1 MEti E OF COMPACTED
STABLE`9ATER3 AL FEW MEMO s
SHOULDER 1t RK A OI� OROTEET 1 ON SHOUL•I�s..°Et WiQRK
NON-� OFIX�n H URS MAM
3UNDMD PWAN K-44
. . ettr:>:t t of t attEET
ADOPTED
y CITY OF RENTON
•- STANDARD PLANS
ow . .
''K LAST DATE:12/20/2002
SP PAGE K0 1 1
1
t
I
i
PROTECTIVE VBMCLE ROLL AHEAD DISTANCE • R' NOTES
I. WORK VEHICLE AND SHADOW/PROTECTIVE VEHICLE SHALL USE WARNING BEACONS.
VEHICLE VEHICLE i 2. SHADOW/PROTECTIV•E VEHICLE RECOMMEN 5.
4ED- SHALL MAINTAIN 0.0'•1000' OF SIGHT
TYPE wElcHt STATIONARY MOBILE DISTANCE TO APPROACHING TRAFFIC.
(tBS)
3. THIS PLAN MAY BE IMPLEMENTED ON MULTI-LANE HIGHWAYS WITH LESS
YARD THAN 10/000 ADT.
DUMP TRUCK
24,000 IOD' 175'
t 4. IN IMIT THOSE SITOAppTT�ION5 WHERE titI�LTIPLE WORK LOcCATIMS WITHIN A
ROLL AWW STOPPMO C%TARCL ASSWO CRY PAy[1o? TH�fEULDEµpT�EXCEEWEEN HESADVANCEAWARNINCASICU ANROTH£YWCRK��
5. IN THOSE SITUATIONS WM RE THE DISTANCE BETWEEN THE AOVAN,CE
f
PLAWf7SHALLS6E GtSEDE1fIQTHKTIE RE}AO 42d0KLAFtkD S gNLEMEt�TAI DISTANCE
i W21-5 W2�•1
i BL BLACK ON
�tDEJLOER R�AV RARE
` WORK WORK
MOUNT flN ARIEAQ'
SHADOW
i VEHICLE
( I!0 nett Gt}ME'NT SEE ROTE 4 >!< 5
IR•Tfl TTtdF IC LANE}I'
V.
EA
4
H
i fr�mNAL ti�
• 3 E- OG
LEGEND TERM D41� LQN '
oal LQL',l9t E'>�f4N
SEOU£NTIAL .ARROW PANEL - TYPE "B"
®
(CAUTION MODE 1 , *TA=ARD PLAN IK"t2 -
j ass 4 Of 1$Nut
FT MA TRUCK MOUNTED ATTE14UATOR ADOPTED
I ti CITY OF RENTON
�-
WARNING BEACON n, . STANDARD PLANS
"A�y,, LAST DATE:12120/2002
SP PAGE KO 12
j
• i
R + {f
1 AB ttOBR t, °>B °r ed N" >RF2B1R•IritPai t ti x20•1
V20-1.
NO ROAD 2, o ITN 200•-
bl LAME SMt7tR. WORK'
x to
c2o•2A•
ao
ROaD.ttoRE
x x x
..
W20-1
q1D A
'ROAD I � ' x 1CC. A
WORK 0204A 1 RAAG. i+x�Aw um UMTH.c o. -ti
AHEAD WORK
r .Nd sow WON
HEAD Tb
BUFFER DATA i�tt.°.�t ss 30 3s 40 43 30 U 60 65 To
x20.I
SUER SPACE • B 10 tos ISO tos 270 450 "O sso -
i :STEED 01TF0 2S 30 3S 40 4S 30 SS 11 I1S Its 223 2n 4n 530 40S • • -
L�MOT#Ift.t1 55 tS 09 n 2¢O 128013-33 12 125 ISO 24 3320 $40160016601 - -
TYPICAL ROADWAY SECTION A-A' BUFFER VEHICLE ROLL jkKA.0 OtSTANCE • R
t TEIOSORARY va PfIO
2' so Ct1t mm OE-�10E �EEMdt Tft #4afJ OF 4i1CM
fAN 6poN• C4„ tf""
XTSi SNOtIL01iR WORK AREA -50-137 0' I
NLOR�EXISTINt LAII,E fttSTIMO lyA 4 YARD 24,00.0 Ts �`fi41>•trkj,�'O
.,r•-- D" tmxx 4S SO
,. .....-•------T.....---
L�AR2 ON f5,000 40-SS !Qo r° ,t
!aIL A}tSAO S70tit•MO SXil1T t111VEE A3SIi�iES DRY Pl41EFI tlT. ��Y�� �� \err
Jr�ORA6 d�a
LEGEND NOTES s' 22003
a SIGN LOCATION - TRIPOD. MOUNT
1. FOR LONG-TERM PROJECTS. CONFLICTING PAVEMENT tNTASEC''I:QN S!{Ol1EA8R
e e e TEMPORARY TRAFFIC CONTROL DEVICES MARKINGS NO ONGER APPLICABLE SMALL RE £MQYED. 1� 00K
8 USED AS NEC SSAR1f
`` S SMhll E E
TEMPORARY MARKING ON•
® PROTECTIVE VEHICLE EMPORA gY1FAY I4t�i`flrEttr?1
IxHEN SPECIFIED IN CONTRACT) AND SIGNS SHALL BE POST MOUNTED. STANDARD PLAN K-13
PROTECTIVE V£H ttCL£ 11TH RUCK MOUNTED CMAfnfFt12lNO pt #ACwro tf..t) tNEiT 1 OR t aN6Et
ATTEHUATOR (l(IiEH SPECIFIED IN CONTRACT rANfE t ADOPTED
WPM unR__I FOR RICH SPEED ROADkFAYS) sono 0 60 CITY OFRENTON
3$/45 30 so
STANDARD PLANS
}. , . . �. ...�+•� X30 20 1 10 ♦
LAST DATE:12/2012002
lqv PAr.r
i
NOTES
1. CONTRDLS StBXN ARE FOR PEDESTRIAN TRAFFIC ONLY.
24 USE WARNINS LIQMTS ON BARRIcAO$S.
3. TEMPQR,kRY P8pgSTIIIAN ROUTES SMALL RE COWALIANT
Y•IFN AI�EA RE o.REMEtiTS.
NO na•3
PARJaHC R/x
,- 'I'N AItkAE OF AM'IB BLOCxC&R ', 1DMAlK• AT LEAST 50'
S
DOW,
K
SF-4 i
24"x2A"
SEE ROTE A. A" C
STD-- 6"*S" A-RRO4 i
Sr-t
a
"A C pM
icS' A11RQx
•� .� ��� S'FD. t""S" ARRf�If I U$ �'NIER
y. PADY�QE.AAA CDMrLIANTI I 3t""St" STfl. AeRQx
S'MtN_./ r� • RA 6s iNE1% *AYSEO i A" C E/M
14ALK A CUR S SEA
SIDERLIK
-- USE WHER
j I ILTE OTHER SIDE
WE
i " 1�AZt 0. �N
• !►�ct*uai�Q
i
t�
I I ddraHAL ���
PEDESTRIAN DETOUR
fwm z� 3
(NONWORKING 'HOURS) P-50ESTRIAa MFFtC
CG HTROL AT
LEGEND two mE'i'ms
T Rs-Iac
q SIGN LOCATION-TRIPOD MOUNTED STANDARD PL%N K-114 d/x
o c c TEMPORARY TRAFFIC CONTROL DEVICES' PEDESTRIAN DETOUR ADOPTED
(WORKING HOURS) , . G CITY OF RENTON
ooa TYPE 2 BARRICADE '" A STANDARD PLANS
• ...,...nc xe. ,i..id,tlFl. :4..
I
LAST DATE:12/20/2002
' SP PAGE K014
BUFFER DATA MlNffi M TAPE L (FEET) N A f : = X )
BUFFER SPACE t B I.eftN rna Ru elneoas solr«
t>�iet f 25 70 75 40 4 60 SS 11e 4at1 A 73/40 " 7sp«
SREED IIRfO 13 70 7S t0 t5 SO SS tA+een s4n:sY
to Ios Iso 20S 2Q0 4S0 3S0 ReetQeRM.a Area a 25170 W." 200«
Woo!te•t1 SS is 120 RO 220 Mips QutlMts ftrteRs
t) its I$S 223 its as ,�30 1:03 AStt9eri!We Alo*eri oror"
P}tOT umm YEkKLE ROLL Af�A0.01STAI ■R it 123 tt0 245. � S40 ,t10 txht 1 e tt
mCAI ITMM TEL yjW '"Sim STATIONARY
RROTECf1Yf LOAM WMI StttO f1PIR 7" tylAlR(�Roto *ACMO IOTA
�tlE ILts1 NRDNI ireefl 112tf ; ; ti1R9R. MT
•RQO
4 TARO 't WCR1C R461L it0R1F 020-2A
0" TRUCK 24.000 s0-55 x �B/4f 70 to
45 6.0 1 2SiV0 2O �0
W15 60
tJJ M?R%x 6:000 5041 ft-
4S �WyO.
x I •• OPTIONAL IF 40 MPH QR Lt$S
I TON, �� tO=rise II20•.t` 1
to o Tea IOrSS. � � W.QOrZA W2a•1
ROLL AK4 STmft muKt Asw $g%VOM x ; Aft-tR KEEP •,1t20►Tn
i i At)kd)
i RIG0 HT R�-TP .E WORK
ROIO"hi 420-2A , !/W
V20-TA x (TWO SIOHSI
SOO' MAX. 1
--
_
------------ �...`�.�.a...a.A..�-t+�+--♦-a«-a•R� : i .e-4�4 t ' ... ------...... ------•
................ .•- -ea.apl�a.�. 46- iil'a a 40 -�-p- e-�.E...............� .........
.1
X. X X
aliiorTn I 5.601 sox.
F Bar
. xto-t I •
RGAQ
BE
i C@0.2A •,RDAs kq
MQltK 1
HERO i W204A G
� ' I ; • BE �� fiT
PRfiP>ItRit) 1f2o•Te •
All-4L W20-TA i 0 STOR
i NOTES a4
iOAO 1. EXTEND TAPER ACROSS 9HOULOER.
LEGEND �0 fjtQNAL ti�0
' W20-4 2. IF EXISTING SIGNAL );S PRESENT SIGNAL
' ROAD SHALL BE SET TO ALL 'RED FLASH MOOE' OR 115RIA No ER y
® SIGN LOCATION-PORTABLE MOUNT 020-2A 0 i WORK DE-ENERGIZEO DURING FLAGGING OPERATIONS.
q
SIGN LOCATION-TRIPOD I P00 MOUNT ' HEAD W20-1 ENi MR-8lCTlON
S
3. IF THE LANE SHIFT IS SHORT AHO.HAS LAHR C.O,SURE
SHARP CUR-£S (30 MPH OR LESS) USE SIGN THPAR TtARIS RQIND AfAY
FLAGGIN I
G STATION { WI-3 N LIEU OF SIGN WI-A.
STAEMf;,D taULN!.(96
ono TEMPORARY TRAFFIC CONTROT. DEVICES pieta f OF t SHM
�. PROTECTIVE VEHICLE. ADOPTED
(WHEN SPECIFIED IN CONTRACT) CITY OF RENTON
PROTECTIVE VEHICLE WITH TRUCK MOUNTED .i....w ..1,_ n,.,.., .. STANDARD PLANS
ATTENUATOR tWHEH SPECIFIED IN CONTRACT K ��.•' -m x�, � � t
FOR HIGH SPEED ROADWAYS) �..�.a1.�ni� .11t1►..,de� .f
. �" LAST DATE:12/20/2002
1
sp pAoE K015 .
BUFFER DATA
020.2A MINIMUM TAPER LEITH = L (FEET)
ROAD TtOAR
BUFFER SPACE = 8 MFA 6-K n so ss 40 45 od�
SKFD WA 2S SO SS 40 'm SO SS 1f.0.4 i f0 fOS t50 2O3 210 4S0 Q00 3S0
LDCTM ttsst! 55. sS co rm 220 210 SSS !t !H is5 t26 t e 45S 550 50
rROTICTIYE YEls4tE ROLL AlRAO ORTANCE•R AMLAO l l
T"CAl.LOAM TT►ICAL YON= 'OSTto sUl"ARY 1f20-fb li 12 it3 I tool 243 1320 240 sqo Sf0
KTI�C EE LOADED 11MT Pao 0lK7tATlOM ••
RSS! InlpfU tRNti i -SIGN 1PAC). 'z tlIAMNRLIDRO OUYIet vxcm RQn
4 TARO go-ts Do 45d3s wr" sw- WPM I t0th I TAN=Kf
DLW TRM 2'1,000 SO•SS 13 x ! Urban Artsrlsls HOP40 WR 3,— A 4 0 to
45 k20•tA ' Urban strssts l�AAS 30 s6- -
I Rssldsntlat Arsaa; 2V30 L" 200'6-
17
ON s0•sS ISO 't susk»ss 01s4rlats V30 20 40
CARGO TRUCK 15.000 100 AUSIOns 6-'s bf=k sn sradtOs
I uclsss 0bgrvlss d.sto m2"rd,
1 TDM I! I s.OttttRAL If 40'NPH OR LESS
O.Roo Imcm :HE >K K i •t1i20-Tb
1! , Y4.2L Y20-3d Y20.1
ROLL 1111E110 fTORDIIR A"SSRS[S'QRf H M"t�!•TA AA
..3 i
ROAD 1S1R1F 020.2A I}
I J .: x
..--. . 6-.l.:: ------------ -. .....
.......................�6-.�1.6-t6-Me-�)[iii I .1 • 6- s-r�yr�..:--. ..--..-.......
....1 ..................... .. J •F�.l is q' •II � •R 'lfF i�0 w..lo i�iRt.--..--.-..----------• .-..-
-----� --.......-......-.-. -:.�•Y•7-�� } .�� f'•{j j1 --. --.-.- ........................ -•
_ '•
Il-
X X X
X X . i L/2. SQO' MAX.
)[GltR> A�p� � �• i(tO D x'20-2# -
�9lnI b
o tit30.A�
Y20-1 Y20-5R •�M20•tb
1'
t
LEGEND 'I >K i •+YSO•Te NOTES
!o
V20-?A i; 1. EXTEND TAPER ACROSS SHOULDER. ''I *btSS��� ♦r
N SIGN LOCATION•TRIP00 MOUNT ii k , I 2. IF EXISTING SIGNAL IA PRESENT. SIGNAL `f/ORAL 1�`0
FLAGGING STATION !' SHALL BE SET TO ALL RED FLASH MODE OR rwo
1� OE-ENERGIZED DURING FLAGGING OPERATIONS. R6YE ER
a o a �! x �D E S�CToN
TEMPORARY TRAFFIC CONTROL DEVICES x20.4 LAN
CIl,03tt1RE•
ADD. SEOUENT I AL ARROW SIGN f A ENS LAbM, ROADWAY
= , R STA 140MD PLAN K•16
PROTECTIVE VEHICLE • OsD-2A V20.1 eHEEita`t°NEEt
(WHEN SPECIFIED IN CONTRACT) ADOPTED
* PROTECTIVE VEHICLE WITH TRUCK MOUNTED CITY OF RENTON
ATTENUATOR (WHEN SPECIFIED' IN CONTRACT ,��,,,�,,,� G STANDARD PANS
FOR HIGH SPEED ROADWAYS)
. � LAST DATE:12120/2002
SP PAGE KU16
BUFFER DATA SIGN SPAC ,G = ?4 (FEET) MfiN1MtJM TAPER LENGTH = L (FEET) '
a oods 45/5. lAP soo'+.
BUFFER SPACE ■ B Urban Arteflcls /+10 RI 350'+-
LANE Posted Speed tmph)
S>'EED onq 125 130 133 140 145. 1 S0 135 lturaRoods t sit) 25 30 35 40 45 50 55
Urban Streat*
otAre 25/30 IAPH 200'+- 10 105 ISO 205 270 453 S03 S50
LEHGIH NN» SS K t20 R8. 220. t!0 33S 'ResTden4ta Ands i
MOTECT E rE»CLE ROIL OSTANOt y R t3usinsss Otsirtcis
Atl4tom are Dlook on;oroe� e I I l l S 165 225 295 495 530 60S
•YCM0.E TTHCAL VDKU POSTED STATXKM 9
urk" ets*rxise des 12 12S 180 245 320 S�0 603 660
TrK LOAM REiG(T SPEED OPERI1TIp1 Tpnotsd. '
(LOS) ftwo if"fl
.TARO 2b000 !01I11R1E1+ 5 ... 1REE�1
Td1 S•• S • 110 x2:0-SL
RCQ iRWCR Q•*O W4-2R x23.1
45 iS. Y3. I�0 t
ARCO tAtoCR p•O0o s. ! �i p• RDA .
ROLL AHEAD 973PPM CMT0"ASSUtaC#. A ! XtRK
• ,I �� bH1EkD
MAD..1m 020-2A
500' MAX. I j R 8
L X X
I s
L14 ............--•: -- 2. --¢.•......e.mn X n X W ft b- too, MAX.
- c�a xA •
FRCAO.. i 48"xUt!R0 tl ttARA
-WORK
AHEk3 •.' .IEFt WE tam rArh�'b
1120 1 AaitEAC x4A21t P'C14S i DISPLAYS
x2o•sL 1 'Z •
CEKTER
LEGEND LAK TI NTI NOTES
CLOSED 1. MAINTAIN SA MINIMUM OF `CESS�POINT FOR EACH f/Di!lAL S�
ti SIGN LOCATION-TRIPOD .MOUNT 1., sEC 1. SEC
Meld locate 1 tte •- ' ER 2 2003
1 SEQUENTIAL ARROW SIGN 10 edvonoe of WA cloiursE' LBFf Llkf1TE AINA CLNTBR
p p p TEMPORARY TRAFFIC CONTROL DEVICES1:�I"E kF G�-Q�WRE
, ZI+I11+R'kA�L'EE0�1�1GY'ilY
e PROTECTIVE VEHICLE S''J�tZ1, RD.PLkN K'1'?
(WHEN SPECIFIED IN CONTRACT) w-mu 1oR1omw
PROTECTIVE VEHICLE WITH TRU.OK MOUNTED. ADOPTED'
ATTENUATOR (WHEN SPECIFIED IN CONTRACT CITY OF RENTON
FOR HIGH SPEED*ROADWAYS) STANDARD PLANS
CH PORTABLE CHANGEA @LE MESSAGE SIGH "ti��+ i+wwiri ei
(WHEN SPECIFIED IN CONTRACT) ""+ ? LAST DATE:12/2012002
SP PAc;F K01
i
i
BUFFER DATA MOW TAPER LENGTH = L (FEET) aAteartnc ma VACWO mp
fetttd 1pMd fmptll "01poodt AS/SS YPM 600'.• w" TAM TANDEM
BUFFER SPACE t B 2s 30 �� 40 imy y0 yy to Man Arttrldt 3u o wr>t 3sa.•
Urben Struts 36/13 30 t0
10 !OS 160 210 1y0 600 630 RttidtntlolArtet► 23/30 1" 20a•- 2S/30 20 AO
W411A(1-t — — — COO 220 2!0 I3S 1!<lttAtt/Oltfrtett
t 1l 113 ltS 2fS 2!S 4!S 6y0 tOS AtlsJOM er• 1Nee1c an erafpt
unfit OfMr�b� E�tTpx4.0,
rLHCLL tTHOAL Vv= M= sTATOMkf 12 LAS 10 2 320 t00 tt0
nn LOADED RfliatT pm CmAm
Oaf/ tam tf.".0 I
A Z� 1F20.1
j {
e��oo ; x1•.4R WORK
AFiE140
1 Tom Y00. R1•T!�
1400 T IQ.DOIJ E/Y.
xat A srarna asT �s. 51'AteEllvtT t20-2e 1T73D.SI�HSf
xEE
I R L/2 x x
N
• • • A. . •
. i ` Sq0 TAA7t.
' i 1
Mti3>< l �tt.truR, t.
x2a1 w4-2tR) ! MOTES
pe
'0a * tttfs ♦ ♦�'
LEGEND 1. FOR LONG-TERM PROJECTS, CONFLICTING PAVEMENT •'} �tts��� ��
x20-StL) RE OVEOSOROOBLIRITERA ED ASA$1$0`DNSAS PRACTICABLE. �J104fA.
®
SIGN LOCATION-PORTABLE MOUNT TEMPORARY MAR•KilIGS SHALL BE USED AS NECESSARY
N SIGN LOCATION-TRIPOD MOUNT AND SIGNS SHALL BE POST MOUNTED. sa2oo
SICN 2• STEADY BURNING WARN�NC LIGHTS (AYPE C. MUTCO) LANE JkHfFT
pp> SEQUENTIAL ARROW SHALL BE RS 0 TOEMA R•-,kDWAY
AT a a d. TEMPORARY TRAFFIC CONTROL DEVICES. ETANQAFkD PILAH K-48
3. IF THE LANE SHIFT IS SNORT AND HAS Sb4ARP CURVES
® PROTECTIVE VEHICLE t30 MPH OR LESS) USE SIGN WI-3 I'N LIEU OF SIGN W1.1. tME-'ED tttEEr _..
(WHEN SPECIFIED IN CONTRACT) ADOPTED
PROTECTIVE VEHICLE MjTH TRUCK MQUOTED CITY OFRENTON
ATTENUATOR iWHEN SPE IFIED IN CONTRACT n •. STANDARD PLANS
FOR HIGH SPEED ROADWAYS) * +
LAST DATE;12/2012OG2
i SP PAGE KO 18
BUFFER DATA SIGN SPAC X (FEET) MINIMUM TAPER LENGTH = L (FEET)
BUFFER SPACE f 6 RurctRadds /S M H Soo+. LANE Poe�ed SaNd ImpN
UrDcn Arrarleta 35M0 N 3S0'+- WIDTH 2g 30 3S 40 45 •SO .55
sr�m nmo 23 30 35 40. 4s so SS (feet)
RurclRo a
ad �
UDCTMtfMt) $5 Its Imirm1m1bolml Urben,Streets to 103 ISO 205 270 4So 300 SSO
Reitdantid Areas tK 25/30 4SpH 200'+•
reouttnt tt�.ac Rau Ar�tA `R 8ustneas btstrtats It Its la 22S 2!S 4-A Sio toS
rG+tlE TYfxAt YEFrCLt rOSttfl sTA110NART Allatgns ace b k o
Trri �oAOSC slat srriEp OfiJtAt1CW lac s{Orenge 12 125 180 245 120 540 too 66.0
n lst If«f� IWIA otfierr as de gnatbdr.;
0w pri 24000
4e ClIA1flItZING tFfl' x20.1
Ro*TT,m anoo nn. CAD
WORK
i ToM HEA •
tRUCZ a000 w 2S/3t} 2b �'0
r go
RocL A►e.o OS STaMW. UM2 AS. 'OAT } )d20�5M08
RI3/Wb
I T1IQ• STGi�) ansrt
L20-2A t '
Fm
500 'MAX.
� I
............................................ ---- -- - -- '----- ------ 1
w-
•....1?'d...._._.....e.�. �-•r..R..�..�...�..e'•'+-+•-1�-�.�..�.r.r.r_►-w.a�.w+ .r..r..*.; .e..e. .�.r�... ` -
_r..�...r..�..•..•..r...w..r..i. .�..r..r..a.e..a.a.r. .a.a. s-Z �" -■..■..r..9... ..rQ�..-
.�..e...e. ..e...e..�. .L.. -. -..
a X e X X. L L MT..M•.: . .:. In R� L/2 Ln
4 �+
WORK �. •• ( • • . �
0 tri P.< RISPLAYS ,,�at
W20-1 WAI-2L '!y
WI•4,L ' MS NOTES
W20-SR 91.5 $0 2 1. EXTEND TAPER ACROSS SHOULDER. �p ism ti"4
LEGEND i 2. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH '��rrlotst�6�o��
uac� )f
® SIGN LOCATION-PORTABLE MOUNT TtlB"! BUSINESS WITHIN WORK AREA LIMITS. NAb
d SIGN LOCATION-TRIPOD MOUNT 1.5 S24 3. IF THE LANE SHIFT IS SHORT AND HAS SHARP CURVES mg-V54A 236
(30 MPH OR LESS) USE SIGN W1-3 IN LIEU OF SIGN W1-4.
Field loaofe offi� bat intrraeotion R1.QlRT LANl4 C{.O�UPA •
DCD.
SEQUENTIAL ARROW SIGN In gdvence t lone of sure. VVr- HLAN11`3•t! .
i FW3 LANE IWA13z1 VAY
a a a TEMPORARY TRAFFIC CONTROL DEVICES 1 3T'1kmDrA7R11 PLAN K•19
PROTECTIVE VEHICLE WITH TRUCK eHEETiOFtsHEEt
MOUNTED ATTENUATOR ADOPTED
(WHEN SPECIFIED IN CONTRALTI CJTY OF RENTON
EMS PORTABLE CHANGEABLE MESSAGE SIGNneir.ti. "'' , STANDARD PLANS
+
(WHEN SPECIFIED IN CONTRACT) C;r` ",A.,
•
LAST DATE:12/20/2002
SP PACE KO 19
t
ROAD
x2D•1 i I •,
ANE`AO NOTES
• # * ( * 3. NO LEFT TURN SIONS ARE TO BE USED
xI IF TRAFFIC VOLUMES � T00 HIGH OR.TRE IS A SIGUL OSERATING. CLOSE LEFT TURN POCKET IF THERE IS ONE ON
T»f SIDE STMET.
C20-2A 2. HTJNRENU EONTOL ARKSBJRRICAA MATC0)
1 a• ; ,. 3. STFIAQY BURNING 1f•ARNING LIGHTS (TYPE C
R3-2 MU CD) SHALL BE USED TO 1.4ARK CHANNELIiING
•w I f tSEE NOTE 1.)/x DEVICES AT NIGHT.
• . ROAD 4• FOR LONG-TERM PROJECTS, CONfL1CTINO PAVEMENT
020.2A • MARKINGS NO LWE•R APPLid'��gg{{E SHALL BE'
km REMII• m OR OOLITERATEDi TEMPORARY MARKINGS
` x2o-i SHALL BE USED.
JIDAD 1!DRA .
« (SEE NC.FE I's to 3 L
B+IitRfGA9E
iAS 2 R,•7 I ! M1e4m TA m. LQIOTN L ttaafJ
1 ... ...... 6fx �i iliitl 30 3S ►4a0 Sp t 1
1 - a,.. - 10 103 2012051M. 430 900 $50
ROAD !a 0 i<m 020.2A I I.. its I.&S 2US 2." 4%
I SSO tiOS
M20.1 YOt;X
ROD l2 12S 180 1243 1320 940 900 K0
M T R3-71R)
L efx SM SPAC.W .x t4wo"
It
" � SetFMr
t t AF1 Mtt1 a S is 11
AOAO ROIDt \ .2 arsonS��afi
020-;A I w R3•E R/x [�Rltftd A>~atta i; 2Sr�]0 NtN 200N•
i.. t3/x as Qta au
t SEE NOTE 1.) All.tna e tt gr'a
vI► D,
•ROIOI . fAr.Eri T`A
SA.7D 0 p ,a
30 W 10O!
x20-1 25,130 it 20 �0 �f 'alfri+�dtt
LEGEND 110NAL 6�
n SIGN LOCATION-TRIPOD MOUNT x. NoKEUSEA 23 200
® SIGN LOCATION-PORTABLE MOUNT HALF ROAD CLOSURE• e • TEMPORARY TRAFFIC CONTROL 'BEVICES 1
fff TYPE 34. sARRICADE ! STANDARD PLAN K-20
coo SEQUENTIAL ARROW SIGN 9HECIiOftAMEST
OBLITERATED MARKINGS (SEE ROTE 4) ADOPTED
• ti 'CITY OF RENTON
PAINTED TRAFFIC ARROW (OPTIONAL) + •+"r:�"'�Se7:•y'�" }A + STANDARD PLANS
LAST DATE:12/2-0/2002
SPmCIE K020
(SEE NOTE 4)1
IMAD
ARFA
"tp NA�QS
1. PROHIBIT7 TURNS AS NECESSARY FOR TRAFFIC
I . AO.D C20-2A CONDITIONS,'CLOSE LEFT TURN POCKET IF
I THERE IS ONE OObi SIDE STREET.
l i N2o-1 2. FC©A©SHJXg 1('A'R 04OLM�KSBI,;;6.hSMATCO)
I i � it CET . B
czo•xA ' ROAD itORC 1 3. STEADY BURNING MARNIRG LIGHTS (TYPE C
MUTCD)' SHALL BE USED TO MARK CHANNELIfING
DEVICES AT NIGHT.
LICE , x 4• FOR LONG-TERM PROJECTS, CONFLICTING PAVEMENT
� i --•'-_�, MARKINGS NO LONSER APPLICABLE SHALL BE
NREMOVED OR OBLITERATED. TEMPORARY MARKINGS
I ALL BE USED.
Iq
i 45EE Olt 1.1
hRl"11N ?AM LVOTm.L(fool
rio
• •I C.w
- a20.2A t+.i+> !f 30 3$ ,0 Cid/TiMI
ROAD I • "- ; ( 10 103 ISa 20! ?f0 4;A. !a0 OSO
Mph ttj 11 113 }t5 225 2lS 4!S m $
AHEAD.
1!20.1 j 12 123 11C 20 320 5 tA0 110
M)1D t<0RI1 I !
020-21 MI.SPACM,x It...r1
j . 4se59 4. ..
3%50.A" 3'JGw•
mc. i R AWN:
., i 25/30►fool 200'.•
AA IpE1F en ergnp.
I ox ef7l .... diitgr�ot�d,
I " CNANNkt)f W WC- sueld{:ia+e for rrr C"�'Gr
M4•2R ►lsrl ;
5.0/70 10
>f I Ssf,s 30
2af�a 20 4.0
a
LEGEND I 1c2o•sL
• t�t�t' rAs
SIGN LOCATION-PORTABLE MOUNT NLARUM FMAW
d SIGN LOCATION-POST MOUNT E:{.O�tIFT�ES
e a a TEMPORARY TRAFFIC CONTROL DEVICES AT 1N`* .4EC7QI'I
TYPE 3R BARRICADE M20.1 S'T"ARLSM01 PLAN K-24
I s 1 OF I SI( T
cal SEQUENTIAL ARROW $1.014 ►AHEAD ADOP'T'ED
PAINTED TRAFFIC ARROW (OPTIONAL) CITY OF RENTON
T
S ANDARD PLANS
o�"AK LAST DATE:12l20/2002
SP PACE K021
� a
DOTES
1GN SPACING : X (F T) 1. EXTEND DEVICES TAPER ACROSS SHOULDER.
tn,ra.te•oa. 43 w" Soo* CHABMEIitIKO GEYICE SPA 0 (FEET)
wean Arrerlol. 3v4o m 3sov TAMCENT Z. SIGN SEQUENCE IS THE SAME FOR BOTH DIRECTIONS
Whom Str»t• slfM T M OF TRAVEL ON THE HIGHWAY.
mkwattaArea t. iS/70 tfil 2C0'•• ;S/�s .0 to 3. STEADY BURNING WARNING LIGHTS (TYPE C MUTCD) SHALL
rfuiw,.aa m•trref•
RRetpna ore etatc on oranq. 25/30 Q
40 BE USED TO MARK TRAFFIC CONTRDL DEVICES AT NIGHT.
ud••e etMe•vin h•ipxle3,
4. FOR I•ISE•W+IEN TRAFFIC VOLUMES ARE SUCH TUAT
SUFFI @f6NT GAPS EXIST FOR MOTOR VEHICLES THAT
2A.
MUST YIELD.
Rl^2 I N S• DDpRI ;Q.S M�T�5 TA HAVE AGE�%ATE SIC T DISTANC(; TO SEE
R/W B Y W20-4 Ftk ANDIORCTEMP+OR•ARY SIGNAL I�'REO IRED.
W20-1 REWIRED.
NE LkNE' .
ROAD
G20-2A AHEAD WORK
END
R830 AHEAD BUFFER DATA
ROAQ CORK 011CO
8 MING
BUFRER SPACE = 8
500' 10 ' 15'1 X X I X m" 135 130 1 3s .40 14S
MAX'. TYPE 3 L MA LOOM 11*614 SS I as 10 RO 2to
BARRICADE' B
.QR
500' v 0,x� D
MAX.
• � • END
ROAD WORK
G20-2A to 1 a ♦ �'�
W 1-4 R '�i flcrrmkb�o��
LEGEND
q SIGN LOCATION - TRI'POD MOUNT LA A41,o ULimONLOW.
V*JAM TVID-L MZ ROAD
TEMPORARY TRAFFIC CONTROL DENICE•S
LA
$ FLASHING WARNING LIGHT EFWARD P >q K-22
t of t SHM .
M' TYPE 3L BARRICADE A000
CITY OF RENTON
G,& STANOARO PLANS
LAST DATE:12/20/2002
SP PACIE K022
CUR HOW dS
movoun alva is i W
t
NOINU:10)WO S30IA30 10VIN03 DWYa1 AlIY2lOM31 c c o
13Mt 03 Od 1Nl10W 00481-80I0301 NJIS b
Q�f03i�ifii�'SiQA*M'07 .
d0 UW-S- OJ N1 XBOTA
MEW v%Pm,—m.vmq ;
q 4YHOfr � •
,� 0v3NY
'S301 S hlY a0d hdY1 30S K/O xaOK
0301=14S 03At'd 90 3003 L-VW grba
�YOY 6w 301SI-00 Ito.1NWAYd
is rL-Ot0 d0 3303 01 NIW ,01
M
q n d q q
i
q
---------------ems° -�-a ........- --- - ....... . -o-v°._q°---------------------
99 a
x � Yb-0�� .4iY011;'OYOY
• j •'ON3.
�i�10t1 1-YN uJw ,.46 j
i-oz►t
•OifU�� tarsal vatN i
axs on ca s: ss•w••�N1oN3i i '.a�tu�o°,p�..�oivaty C/SZ sr or sc oc sz aunt p3�s p :of ».us: M MR s sa4 INWOR"t
�� r�aaJSS uoa,�ct
9 ■ 30VdS a3dE10 1 I igun w+r •.asc arm +�r�+oa.n
d1dQ �i3��i19 1133�IY liN7911ii'C 33TA30 9Nsl113NNrx9 tn0f ttr1t Sk. vww
CL33-A X =' SNIOVdS NJIS
i
ON SPACING = X t ) C!}ANl1fL10M 0010E SRACpNO 1R6kTf NOTES
lttrat t511Pt1 SOtr•-
UrD�.+Antarkla HMO WH qp}( TRN6ENt
ureanstraete I. FOR USE WITH SPEEDS OF 45 MPH AND UNDER. W20.1
eaafEantR!Araea 2s/so NPfI 200'.• 75/5 QO ROAD
tuatrwaa Olatr�ata 2. 3 ADVANCED WARNING SIGNS ARE REQUIRED K1Rx
AAalpa ore stook vex xenga 25/30 A0 FOR FLAGG ING OPERATIONS. (LEI REQUIREMENTS)
urhas etf»retaa eaalOhetaa.
AM
05 ?A WI-1-6
(OPTIONAL1 . .4 YE
CREW X41
ANEAO:
ROAD RORR 020.2A i 1120•)
500' MAX, j ' 200' lam X X %
4t q q
-------------=-----•-----•-----•-a Q- ---- -p=o-p�--•--- ---�.-a-o-..........A. -Q-- ----=--------------------
q • • O
p p q 1 q
% % X 20.0'jww 500' KAX.
lM`O f URVE . V2f•i 1120-TA 00-2A
AMEAG CREW (oP?DONAtf t1! oT !` '
ROAD
)gyp V20.1
152 3
LEGEND - I. �ortjs/ L
Cf SIGN LOCATION TRIPOD MOUNT
ono TEMPORARY TRAFFIC CONTROL DEVICES s Nose=e tx2wi
/t SMIMIfNG ALGRG
1V FLAGGING STATION 015t M., OF
p SURVEYOR 9-TAK9Jk=PiAN K-24
. xtttcT t oP�mt:ar
ADOPTED
CITY OF RENTON
STANDARD PLANS
LAST DAM 12/20120.02
SP PAGE K024
ROAD •)
i
NOTES
Lam. • . I I. PROHIBIT TURNS AS NECESSARY FOR TRAFFIC
CONDITI;ONS. CLOSE LEFT TURN POCKET IF
■. i I THERE IS DUE ON SIDE STREET.
I . - • 2. FL.Sq Y6A L I EHTS t YP A bfUTCO)
Soo, I w Nt AS [l. kl 14ARK BARRIEAO�S At
020.2A ROAD Wm � • AREAO 3. STT*ay � >09 WARNING LIGHTS (TYPE C
1_
W20-1 MUT 0).Wilt•LC BE USED TO MARK CHANNEL 2ING
• DEVICES AT HLONT AS NEEGEO.
• • • i �' FOR L04-TE LON&fiR PROJECTS, CQNFLICTIN:C FAVEMENT
r M+1RKFtGR ttQ ApRLICABLE SHALL BE
�, R�•T I REt >fA�Q OR ,0kITERATED AS SOON AS PRACtIC/k6LE.
T OR/YRY R>tfReS SHALL @E USED AS NECESSARY.
ROAD AO.lft 020-2A
N20-)
Ift
A 1 I MN■kwl Ta'Dt GEifCAI�'L t?ww�l
LANE
�••� I )o0' C4..1 23 30 33 ►40 4330••o hose+)
�• !0 IQS 1d0 29 ZRO iso 300 I so
I r1 tl3 tii 2zZ •ZSS •415 SAO i0S
I •• ! I 12 123 tee i00 no
11 END I
w
1
I I Y�•2R ie;et 3�ACN0•x Lfw•.f1
dE1Sa tl •
—tea Q or,. ffl i" aeo•..
020.2A i
W20-SL lC.sTt}nt ter A 23/3e k" 2N."
eviktw.ww atrtd
I 3Z lEF1 lA1iE AlI wTgM•rw 01eok.�4raq� 0
I
AHEAD unhww etnwnrtAw gw�J0 Ew0. ��et L�j G+
• zei3c• .zo o ��f 0llAl, ��u
LEGEND
IMM M%W98 23 031
® SIGN LOCATION-PORTABLfi MOUNT '
W"LAND CLOSURE
14 SIGN MOUNT - TRIPOD MOUNT QN PAR SUDS e#
tip. Ra;EC'itON
■ ■ ■ TEMPORARY TRAFFIC CONTROL DEVICES ST`�K[OAK'd KAH K•25
ppp SEQUENTIAL ARROW SIGN I*Rw "
(� PAINTED TRAFFIC ARROW IOPTIONAL) CITY OF RENTON
n . STANDARD PLANS
LAST DATE:12120/2002
SP-PAM K025
MAO j ROTES
x7E0.1 I• PpllI83T •TtlRNS AS NICESSIFJ�Y FOR T AM C ITIANS. CEEta&E LEFT TURN POCkEi IF
THERE IS QI�E IiN SICE STREET. .
I 2. FLA R LIfMtS cTYPEg A 14U CC)
N 0O 14ARK BARRICAQ S AT
x 2S +` I ; ► * St�
C20-2A 3• "EACEY SR 2180aEE �D TOICHTS (TYPE fiL� N
100 t I ,• VI S AT NIGHT AS HUBEO.' ZI 0
FOR I -TERM PR IdEGTS, CQlJf L Z CT Z NCB PAkEMt NT
I Fflr)4JI :, NO .L�,E� APPLICARLE SHALL BE
oto-2A i .ROAD R$Mt#V�D flR GOLItERATIED AS SOON AS PRACTICABLE.
Q TEMPORAR4 I A'". INNS SHALL BE USED AS NECESSARY.
RO�o 1lDItR � AHEAD
N20.1
4 T0lE 3L
QA R1CADE
x20.1 ••�� � i � �
D"
� s+a�s*A�t�O•.
tt x tfNe1
I � R3•iSR) Rud s
I' B/M
K
•
ROAD. � � � W l o RO�M �� 2!/,l.0 MrH• 20Gw •
020.2A ' ev. �. cAaYe3i
AnalOpeef�a ens ElARk at�greRQ� ��► 0•
uM�tt ofhlt+la�t d�S4liat'e.• j►��Tom/ Gf
f � x • x20.5R
af�D rl�oc�oa s '�c,•�r�,al
ANEAD � ATER •�7(NCEffiT
i I ♦ * I + K � SOI70 X10 TO � . ' yt
11011 LAK
ISMS !0 t:0 aj *t ftt;! �1 1r
LEGEND ' MA0; 2srlo su to jJraJ/AL �����
�'
a o n TEMPORARY TRAFFIC CONTROL.DEVICES ' x20.1 W m 7J1
f TYPE 3L BARRICADE ! RtGHT LAM A C1.O.UME
em FAitt GIBE OP:
41cE1." IO�(
}� SIGN MOUNT - TRIPOD MOUNT
87A PLAN K-26
PAINTED TRAFFIC ARROW' (OPTIONAL) � �
CITY OF RENTON
• •+,:::' - STANDARD PLANS
!" + LAST DATE:12012002
SP PAGE K026
lw --�.
CHANNELI ZINC DEVICE 5PAClX0 IFEET3 S .Dl 'Sf"A
ekKootli -s•.tei, �,.
.MPH TAPER. TANGENT umm, Armscm s. ,o Pn a UNEVEN K:8-7 MOD
50/65 40 ao 0 ems, i ism 0" �« LANES
3s/s 30 t0 ' LOOSE
25/30 20 40 ` ' AMA= GRAVEL A ROAD
�.s-7 �(�( a WORK
M.e, . SPEED AREA.
MI3-1 AHEAD X-20.1
..►
00, 8/Y
_ � • R8/'SxA
OA
44' �
1
1
WORK ' REDUCED �
AHf AD SPEED LO.OSt
GRAVEL BUMP
.
Al;EAQ UNEVEN
920-1 R2-5A LANES M8-7 Ns-1 : W
B/K M8.7 MOO W
, 21, 3, 2-
X X SOLD. LANE SLOPE GRAVELLED AREA
M.P&-
tt13-1 we • )iETS114 2' LIWE � EXISTINO Ve :LANE EXIST. 1C' SHLD.
LD.
! Tt-w-a1lARY TRAFFIC
6ETTI•DRtlM10E Q.
' � REFtLCLORd2•ED �' 0,TA+f
LEGEND ``�IOj�_-__ EXISTIHD ipARA7Y
----- Cl4AVELLED AREA
h SIGN LOCATION - POST MOUNT ,,•Eiyyv PAINTED CENSOR STRIPE/
N SIGN LOCATION - TRIPOD MOUNT � 4
SD REMAIN 5 x LE )f £"'At it E
TEMPORARY TRAFFIC CONTROL DEVICES STD. SPEC. 1-GT.23I11
• (SAFETY DRUMS) r
8 TYPE "A" FLASHING WARNING LIGHT
• TUBULAR MARKERS 6 ,617eFR 2!2C10�
ONa ILAXIS B15PAIM,
GRAVELLED AREA oullina
NeWO1I K,OURS
a 1rC.(�I!a PIM K-xt
OF I SHOOT
CITY OF RENTON
STANDARD PLANS
m ° ' LAST DATE;12/20/2002
SP PAGE K027
'. I