Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: 4/18/2005 CAG— 05-033
Awarded to: Young Life Construction
10121 221st Ave E
Bonney Lake, WA 98390
$25,164.35
`�Y O
ti
Bidding Requirements, City of Renton
Forms,Contract Forms, Conditions of
the Contract,Plans and Specifications
�� TO
-N
im
City of Renton
Construction of:
` Hoquiam PL NE / SR 900
Storm System Project
PROJECT NO. SWP-27-3225
City of Renton
1055 South Grady Way
Renton WA 98055
General Bid Information: 425-430-7200
Project Manager: 425-430-7293 Daniel Carey
® Printed on Recycled Paper
rrr
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Hoquiam PL NE / SR-900
Storm System Project
PROJECT NO. SWP-27-3225
March 2005
BIDDING REQUIREMENTS
, . CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
co
727
low
wr EXPIRES 10!18!05-
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
r
® Printed on Recycled Paper
rr.
Young Life Construction
RE: Hoquiam Pi. NE/SR 900 Storm System Project SWP-27-3225
Owner/Responsible Officer:
Nicole J. DeMoss
• 10121 221St Ave E
Bonney Lake, WA 98390
Ph:253-862-5607 Emergency Ph: 206-484-1107
Job Foreman:
Ron Bobbitt
10121 221St Ave E
Bonney Lake, WA 98390
Ph:253-862-5607 Emergency Ph:253-686-6778
Bonding Agent:
,. Alan Burton
2701 East Main
Puyallup, WA 98372
Ph:253-848-9900 Emergency Ph: 253-848-9900
.r PO Sox 7724, 80nney lake, WA 98390 Ph.253-862-5607 Fax 253-862-8440
r
�r
wr
DEPARTMENT,OF LABOR AND INDUSTRIES
REGI STEEIJ, AS. :PROVIDED BY LAW AS
CONST,CONT GENERAL
YOUNG LIFE CONSTRUCTION
PO BOX 7724
BONNEY LAKE WA 98390
I
F65(152-000(8/97) -..�
rr
rr�
rr
wr
Young Life Construction
May 5,2005
City of Renton
Attn: Daniel Carey, Project Manager
1055 South Grady Way
Renton, WA 98055
Subject: Hoquiam PI. NE/SR 900 Storm System Project SWP-27-3225
r.
Dear Mr. Carey,
I applied for our City of Renton business license on April 25, 2005. My business
license number is 27687. 1 have not received the license in the mail yet as I
mentioned in my conversation with you on May 5, 2005.
If you have any questions, please give me a call at (206)484-1107.
Thank you,
.. l V
Nicole DeMoss, owner
PO SOx 7724, Bonney lake, WA 98390 Ph.253-862-5607 Fax 253-862-8440
CITY OF RENTON
Hoquiam PL NE / SR-900 Storm System Project
SWP-27-3225
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
we Scope of Work
Location, Vicinity Map
Instructions to Bidders, Example Schedule of Prices
Call for Bids
*Combined Affidavit& Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
40 **Subcontractors List
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
u„ ❖Contract Agreement(Contracts other than Federal-Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Insurance Information and Requirements
Certificate of Payment of Prevailing Wages
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Prevailing Minimum Hourly Wage Rates(New job classifications)
Environmental Regulation Listing
City of Renton Supplemental Specifications
Special Provisions
Survey Control Network, Surveying Standards,and Monuments
Traffic Control Information
Site Photos
Standard Details
Construction Plans
■
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
++ signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
n.► * Submit with Bid
** Submit with Bid or within 24 hours of bid
❖ Submit at Notice of Award
rr
02_Contents.DOC\
rr
..r
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
i.r
(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
rrr practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
err
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
Wo
--�--�
Mayor Council President
wr Attest:
it
w C
y Cierl
so
03_SUMRY.D00
No
40
QTY OF RENTON
SAYOFAA.IEWCANSWVYI ACTPOLICY
ADOPTED BYRESOLUTIONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employmeut opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and Iocal laws. All departments of the City
of Renton shall adhere to the following guidelines:
it
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
re muitment, selection,promotion,termination and training shall be conducted in a non-
, discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and m accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
aw (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commission 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
at 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
+rr 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
,r,r,, (4) CONTRACTOR' 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
IN programs for people with disabilities.
Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City,
Aw including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
i0w this 4th day of October 1993.
C RENTON RENTON CITY COUNCIL:
Mayor Qxincil President
r
Attest:
rw
City Clerk
+w
#.
MW CITY OF RENTON
Hoquiam PL NE /SR-900 Storm System Project
SWP-27-3225
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
• Installing approx. 45 LF of new 12-inch storm line and two catch basins,
• remove and rebuild a wooden fence and rockery wall,
• grading and asphalt paving of 150 linear feet of driveway,
wr
• construct 40 feet of gravel driveway,
• remove and rebuild about 10 linear feet of curb, gutter,and sidewalk,
w
• restoration,topsoil, and seeding.
The estimated project cost is$28,000 to$33,000.
A total of 15 working days is allowed for completion of the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
rrr
rw
r
so
04a SCOPE.DOC\
am
sw
_ I PR I � AI1O
aw
JUnset Biv
SR-9Q0
i
.�. Su -
RE
i
FIGURE 1 - Project Location
Of HOQUTAM PL NE / SR-900
I 2000' STORM SYSTEM AND PAVING PROJECT
i
ww N Scale: 1" = 2000'
City of Renton Surface Water Utility
D. Carey 2/05
,rr
Ot' Pi r 0
ti
' I '
EI O ' h
'j 1 dh I
w
r
Aw
Q —
z N F-i P w
Z C t
— Z Q N ,, ,!
> � 2 � � l
a j T �
—
o 0
1 t h
I
tw � B l SR 9 � � �� Q t i
Sunset
PROJECT—LOCATION
I.
wo
w
Z
m
ow j >1
j IPrivc e IR '_
C c >
I C
.r►
FIGURE 2 - Project Vicinity
0' 300' HOQUTAM PL NE / SR-900
I I STORM SYSTEM AND PAVING PROJECT
NScale: 1' = 300'
City of Renton Surface Water Utility
aw D. Carey 2/05
as
MW
rw, INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
r Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
w
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.
r
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.
,r.
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.
tirr
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.
err
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.
+rr
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.
r
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
,,w A herein and as identified within Specification Section 1-07.18.
w
.r
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. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of
Renton Supplemental Specifications.
r
16. Basis For Approval
+1W 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
.r successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
00 to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
arr
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.
aw 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.
err
18. Payment of Prevailing Wages
.r. 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
r 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
+r
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
19. Employment of Resident Employees
r
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
20. Pollution Control Requirements
rr 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
to
to conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
21. Standard Specifications
nr
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.
�r
1. WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement"hereinafter referred to by the abbreviated title "Standard
r 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.
.r 22. 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.
r
23 Bidder's Checklist
.r ❑ 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"?
aw ❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least S percent of the total amount of bid including sales tax?
r ❑ 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?
err
❑ Have you certified receipt of addenda, if any?
rr
". " E X A M P L E - SCHEDULE OF PRICES "
aw This Example shows how the Schedule of Prices should be filled out.
The prices are for illustration only, and do not represent actual unit prices for those items.
The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in.
Handwritten words and figures are acceptable (must be legible).
FOR EACH BID ITEM
1 Write the Unit Price in words and figures (number).
The words and figures must be equal. Example: Nine hundred dollars, $900.00.
2 Multiply the Quantity by the Unit Price, write the result in the"Amount" column as a figure.
Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00
3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,468.35).
4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax" column (when present).
Example: $5,468.35 x 8.8% = $481.21
5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column (example: $5,949.56).
RECHECK THE WORDS, FIGURES, AND MATH
The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price(in figures).
,. EXAMPLE
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1. 1 Erosion Control
Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00
2. 200 Clear Fence Line
r Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00
3. 150 Topsoil
err
Cubic Yard $ Three dollars and 22 cents $ 3.22 $ 483.00
4. 2 Chain Link Gate
Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00
r
5. 0.40 Hydro-seed
Acre $ Two thousand three hundred dollars _ $ 2,300.00 $ 920.00
6. 1 Restoration
Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35
thirtyfive cents
rr
r Subtotal $ 5,468.35
8.8% Sales Tax $ 481.21
TOTAL $ 5,949.56
wr
06-Example Sched Prices.doc
aw
CAG-05-033
CITY OF RENTON
CALL FOR BIDS
Hoquiam PL NE/SR-900 Storm System Project
SWP-27-3225
Sealed bids will be received until 2:30 p.m., Tuesday, April 12, 2005, at the City Clerk's office, 7`h
floor, and will be opened and publicly read in conference room 511 on the 5th floor, Renton City Hall,
1055 South Grady Way,Renton WA 98055.
The work to be performed within 15 working days from the date of commencement under this
contract shall include,but not be limited to:
rir
Installing approx. 45 LF of new 12-inch storm line and two catch basins, remove and rebuild a
wooden fence and rockery wall, grading and asphalt paving of 150 linear feet of driveway, construct
rrr
40 feet of gravel driveway, remove and rebuild approximately 10 linear feet of curb, gutter, and
sidewalk,restoration,topsoil, and seeding.
The estimated project cost is$28,000 to$33,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
Grady Way, Renton, WA 98055. There is a non-refundable fee of$32.00 ($29.41 plus $2.59 sales
tax) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable. No
telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions
regarding the project, please contact the Project Manager, Daniel Carey, at 1055 South Grady Way,
Renton, WA 98055 or(425)430-7293.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
r` accompany each bid.
The City's Fair Practices,Non-Discrimination, and Americans with Disability Act Policies shall apply.
Bonnie I. Walton, City Clerk
Published:
Daily Journal of Commerce March 22, 2005
Daily Journal of Commerce March 29, 2005
Daily Journal of Commerce April 5, 2005
07_CALL.D00
CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
.■ NON-COLLUSION AFFIDAVIT
I ing duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that
.. �v, h bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
I t in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner
smtght by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
" +•� ANTI-TRUST CLAIMS TO PURCHASER
mdor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in
ya;t usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-
charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting
)m anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this
(,i„der or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign
any and all such claims to purchaser, subject to the aforementioned exception.
vD
■r MINIMUM WAGE AFFIDAVIT FORM
the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work
MI this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
,ntract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance
It set forth therein is true to my knowledge and belief.
)R: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
rr MINIMUM WAGE AFFIDAVIT
r Name of Project
y L't rn ci L �e r1 s �uG-1 o-„ Ike Vo(,"'D G L C 95-s-A G.
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
wr
I-abscribed and sworn to before me on this day of or , 200
��,,,�•' N�G9>o No ary Public in and for the State of Washington
0.
Tom` Notary (Print) /X,, ,i
• AUK H : -�
�/C ;• : My appointment expires: .F- 1 o' -Z.6r1 P
10 2
/lfllll
CITY OF RENTON
Combined Affidavit and Certification form:
Non-Collusion,Anti-Trust,and Minimum Wage
(Non-Federal Aid)
�. NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in
fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-
charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting
from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign
any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work
of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such
work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal
contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance
as set forth therein is true to my knowledge and belief.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
irr MINIMUM WAGE'AFFIDAVIT
73a�ic,c� 1 r��/5 g
Name of Project
Name of Bidder's F;1=11
Signature of Authorized Representative of Bidder
rtr
Subscribed and sworn to before me on this day of or i 2006.
,,,+11111
AN �,
•'�u:ss ,� ,�� Notary Public in and for the State of Washington
4
• 14 QT �
Notary (Print)
dW
ZN; UgUC My appointment expires:
�. 0!e 10,20°®'• •�'�
APR-12-2005 TUE 09:34 AM CNA SURETY FAX NO, 605 335 0357 P. 02
Wer.,,,�::r Surety Cam w"'t are
Pd
131D BOND
(Percentage)
8and LNUMbe1.:. . 69889760
1Dg=a_nqa1 q
lb
_
KNOW ALL PERSONS 13Y THESE PRESENTS, That w e Ns
qpAgtriL -ion ---- ----------- Of
o, Llcg_y.724,_ Bonney Lake hereinafter
referred to as the Principal,and HPC�er:
arr
as surety,are held and firmly bound unto ci-ty...aL.-Rent n F-i nane-i-a.i
of 1055 S,. .P 9 a 0 5 5
K�d
Y ?!AY_�
No hereinafter referred to as the obligee,in the sum of. s_ o s
—/,) percent of the greatest
t
amount bid,for the payment of which we bind ourselves, our legal representatives,successors and assigns,jointly
and severally,firmly by these presents.
WHEREAS, Principal has submitted or i!5 about to submit a proposal to Obligee on a contract for--..
..........
.. .. ......
NOW, THEREFORE, if the said contrac: be awarded to Principal and Principal shall, within such time as may be
specified, enter into the contract in writing and give Such bond or bonds as may be specified in the bidding or
contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the
damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this
obligation shall be void;otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED this __.J t4__ day of
Life zjRtructioTrl
P rincipal)
rr 'q�cfx.
,da�_
n �Lrety_ Compaq,,,,
ure
( ety,
surety)
By
RICHARD L TALBOT Attorney-in-Fact
rrr
rr
Form F5876
APR-12-2005 TUE 09:35 AM CNA SURETY FAX N0, 605 335 0357 P. 03
r.
At)KNOWLEDGMENT OF WRETY
STATE1I OF-. .._.—.Washitsgton (Attorney-in-Fact)
COUNTY OF Pike. -
12th �pri1-__ 2005 ,before me,a notary public in
this..._.._..__.. __day of.—... --- -...__— ---..._._..,_- __._._ ., _—.
M to and mfoehsaid County,personally appeared._. ...._.__ .._-_-•• B�CFi�ATL. L_TALBOT .- ---- ---- - • ---
personally known and being by me 4uly sworn, did say, that:.he is the Attorney-in-Fact of WESTERN SURETY
COMP , a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the
State f South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of
r. _ -B,ICIAED .1L_TALB=-- ---... ._— ..__._—..... ----..
I?irec sand that the said__. ..—._..--_ --•_—. --�
aelmov,ledges said instrument to be the free a and deed of said corporation and that he has authority to sign said instrument
without affixing the corporate seal of said corporation.
INS WITNESS WHEREOF,I have hereunto subscribed my name and affixed my official seal at. ..—.. -----
.r Pu a lu Washlndton • ,the day and year last above written.
My co Rlmissio$expires
as fi ,•_LO—.. , _2 cs�' b"..._ _ � ..._ .�. --- — — .�..._._.___. ----- ]Votary Public
form 10114-2000
;•�oti• lot ,
.. � v y�1JN � • S
WIN
I
r.
APR-12-2005 TUE 09:35 AM CNA SURETY FAX N0, 605 335 0357 P, 04
ee�e
Western Surety
COMPanY
POWER OF ATTORNEY-CERTIFIED COPY
err Bond No..... 69 8 8 9 7 6 0
Know All Men By These Presents,that W"WERN SURETY COMPANY', a corporation duly organized and existing under the
laws of the State of South Dakota,and having it.,;principal office in Sioux Falls;South Dakota(the"Company"),does by these presents
make,constitute and appoint RICHARD-1, TALA T..—_....—_
its true and lawful attorneys}in-fact,with full power and authority hereby capferred,to execute,acknowledge and deliver for and on
its behalf as Surety,bonds for:
Principal: Nicole De MOSS dba 'YDung Life Construction
Obligee: City of Renton
" Amount-
$500,000.00
and to bind the Company thereby as fully and .o the same extent as if such bonds were signed by the Senior Vice President,sealed
with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
err attorney(s)-in-fact may do within the above sti ted limitations. Said appoin;ment is made under and by authority of the following
bylaw of Western Surety Company which remai.is in full force and effect.
"Section 7. All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the ouch
' ter officers as thehBoard Of Directors may au horizee. The residents,any v'cecPresident,Se Secretary,any Assistant BSecretar,or the
Treasurer may appoint Attorneys in Fact or agants who shall have authority to issue bonds,policies,or undertakings in the name of
the Company. The corporate seal is not neces iary for the validity of any bonds, policies, undertakings,Powers of Attorney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
rrr 1 .�?... .._,
All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of_-__. .-s�..X
but until such time shall be irre rocable and in full force and affect.
In Witness Whereof; Western Surety Coaapany has caused these presen ta to be signed by its Senior Vice President, Paul T.
on Bruflatygo**Wr to seal to be affixed this—J..2.t1Y_- day of —_._. ...
li''' .�, WES SURE Y COMPANY
: M Paul T.�rfja Pres ident
rrr gTti]7�Sp1wITA l as
COUN e U J(
O this .. 12�:h day of �.. - -- in the year_. ..24 5--.before me,a notary public,personally appeared
n
err Paul T.Bruflat, who being to me duly sworn acknowledged that he siped the above Power of Attorney as the aforesaid officer of
WESTERN SURFUY COMPANY and aeknowl.edged said instrument to be the voluntary act and deed of s id corporation.
+4Nh1�tiri4W�tititir�.4M4�4��
O.KROLL + --.....—_...
or NOTMW Puouc/ :�� - - - otary Public-South Dakota
rr +l��`JSOUTH DAKOTA%3TW
♦Sh1titiWM4h���4MMtirWbhti f
My Commission Expires November 30,2006
Yrr
I the undersigned officer of Western Sure ty Company,a stock corporation of the State of South Dakota,do hereby certify that the
attached Power of Attorney is in full force am effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company
as act forth in the Power of Attorney is now in force. 12th ...___.,. ..--day of
In testimony whereof,I have hereunto se::my hand and seal of Western Surety Company this ---
-- WES SURE AY COMPANY
—P/. —.
rr
Paul T.BruAat nior Vice President
Form F6306-4.2002
nr
.w
err BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of$ which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents:
r
That we, as Principal, and
as Surety, are held and firmly bound unto the City of Renton,
as Obligee, in the penal sum of Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns,jointly and severally,by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
Hoguiam PL NE / SR-900 Storm System Project according to the terms of the proposal or bid
made by the Principal therefor, and the Principal shall duly make and enter into a contract with the
Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal
err shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit
specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and
remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as
penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF , 200
Principal
Surety
Received return of deposit in the sum of$
+r
rr
n
09_BIDBD.D0C\
r
April 5, 2005
1, Nicole J. DeMoss, residing at 10121221"Ave E, Bonney Lake, Washington,
hereby appoint Ron Bobbitt as my Attorney-in-Fact("Agent').
There have been no previous powers of attorney to revoke.
My Agent shall have the full power and authority to act on my behalf. I give the
authorisation for my Agent to manage and conduct my business, Young Life
Construction (aka YLC), and to exercise my legal rights and powers. My Agent is
to operate and maintain YLC, and has full management capabilities. My Agent
has the full power to enter into binding contracts.
This power of attorney is effective immediately. This Power of Attorney shall
continue effective until my death. This Power of Attomey may be revoked by me
at any time by providing written notice to my Agent.
Dated ( r� , 2005 at���'l yyT4, W4-
S i g n at u re (� /� ��'(J�
Printed Legal Name
Acknowledgment
.�. State of W A
County of e. r cwe
The foregoing instrument was acknowledged before me _5 day of
i ,1 2005 by �-(�Jd X
P61 Signature of person taking acknowledgment
.. - 02.12i t . cry Name typed, printed, or stamped
�Crf-CL1, Title or rank(if applicable)
Serial number(if applicable)
.r
CITY OF RENTON
HOQUTAM PL NE/SR-900 STORM SYSTEM PROJECT
SWP-27-3225
PROPOSAL
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
M read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement,and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
M completed with the money available, in accordance with the said plans, specifications and contract
and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both in
writing and in figures.)
QPrinted Name: Ron O o bb
Signature:
Address:
�r
Names of Members of Partnership:
+r. OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
10_PROP.DOC\
CITY OF RENTON
HOQUTAM PL NE !SR-900 STORM SYSTEM PROJECT-SWP-27-3225
rr
SCHEDULE OF PRICES
Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
.r
1 - 1 Mobilization SGT $ 3 SAO '
Lump Sum $T111ZZ G 7/ �sr+�,.� d� t4i-t, r�
+�
2 - 1 Construction Surveying, Staking, As-Built oo tf
Lump Sum $C-VUZ"r r4<" Aht-Vi`.6-Y 4V1!!c5$ 11 S00 ° $ / 15700
3- 1 Traffic Control p® o a
Lump Sum $crw--cam r✓�; I .. �; � d'o/% $% $ lS"b p
4- 1 Erosion Control
Lump Sum $6&e $ 5dO $ J`^�
5- 1 Trench Excavation Safety Systems
Lump Sum $-Twc � dB I/,',C-% $ ��dCl�-" $ � Gov
6 - 2000 Driveway Excavation and Grading G,c,
Square Feet $ or%e d'e/l4 r $ / $ o2 1�
7 - 50 Crushed Surfacing c;�c
r�r Tons doper-s $ $
8 - 26 Asphalt Conc. Pavement Class B
Tons $� F L)— dill e"s $ r $ i
9 - 11 8-inch Ductile t c Iro S n Storm Pipe mc'
Linear Feet $-Tljw Cj(ca- $ 3O $ '53 O
■r
10 1 8"x 6" DI Cross and PYyC Pipe Installation
Lump Sum $ }u'cc- $ $ ��
11 45 12-Inch Dia CPEP-Storm Pipe no on
Linear Feet $Lr°Tt=v,, (:3 $ rs " $ fro 17�
12 30 Import Trench Backfill
Tons $ )X::--/l�7- Ar Gl o l kr r S $ $
13 16 Foundation Materia ° v
Tons $ )9::" .4t,114C'S $ /5 $ �(}
14 1 Catch Basin Type I a e)o
Each $ S r k k-.cat t_�__:, A" I�-.c S $ $
15 1 Catch Basin Type II, 48-inch +� c5
Each $rw6-rKb e 1E'A4 $
rw
11b-Sched Prices.doc
irr
16 1 Remove Rock Wall C?
Lump Sum $5E4,,c-n $ Ski $
17 24 Construct Ro k Wall
rrr
Tons
18 6 Gravel Backfill For Drains
Tons $'7'z,, ti>-•� d.l k r s $
19 46 Sawcutting o c a
Linear Feet $�a�cc- n�nl[��'s $
20 6 Remove, Replace Concrete Sidewalk ©� °=
Square Yards dp(IctirS $ (0 `' $ 3070
trr 21 10 Remove, Replace Concrete Curb & Gutter
Linear Feet $Ttf2t� rAo hcec-s $ $ 3
22 20 Remove and Re for Wooden Fence
Linear Feet $ .-5rY eN 4b l C CS $
23 1 Restoration, Topsoil, Seeding D c
rr Lump Sum $
24 1 Minor Changes
Lump Sum $ Five Hundred Dollars $ 500.00 $ 500.00
r.t
Subtotal $ ;I O' ! . 4
8.8% Sales Tax $
TOTAL $ �
rri
rr
irr
rtr
rir
sir
11b-Sched Prices.doc
rw
r CITY OF RENTON
HOQUTAM PL NE/SR-900 STORM SYSTEM PROJECT
SWP-27-3225
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
rir
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
+. NO. DATE:
NO. DATE:— JA / / .,I
rr
NO. DATE:
NO. DATE:
NO. DATE:
rr
SIGNED:
TITLE: Z P/LO?77�C% _�¢Nt�C�
NAME OF COMPANY: l lot f nn) 6 ���-�Q C_.O�'�-5 T
t/
ADDRESS: T C� IJ[� "?d L1
CITY/ STATE/ZIP: �,lvNr/ L/C L,)4 07f 3�y
TELEPHONE: 0753 �S -��d7
SUBCONTRACTOR LIST
,rr
HOQUTAM PL NE / SR-900 STORM SYSTEM PROJECT
SWP-27-3225
RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the
names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and
whose work involves either heating, air conditioning, ventilation, plumbing, or electrical.
If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be
M considered nonresponsive and, therefore, void.
Complete one of the following for contracts that exceed $1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds ten percent (10%) of the
contract price.
Name: a Title: ��,OW: ` fZ �/hTCc1
Signature:
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list
subcontractor and bid item)
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
irrr
Bid Item (s)
Subcontractor Name
Address
w Phone No. State Contractor's License No.
Bid Item (s)
rr
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
+r.
hAfile sys\swp-surface water projects\swp-27-surface water projects(cip)\27-3225 hoquaim pl ne\1110 final specs_3-04\12_sub.doc
Revised 7/2002
M
Young Life Construction
May 5,2005
City of Renton
Attn: Daniel Carey, Project Manager
1055 South Grady Way
Renton, WA 98055
Subject: Hoquiam PI. NE/SR 900 Storm System Project SWP-27-3225
Dear Mr. Carey,
As the owner of Young Life Construction, I am authorized to sign any contracts
that I come across during the course of business.
• A sample of my signature can be found at the bottom of this letter.
If there are any questions concerning this, please give me a call at
(206) 484-1107.
Sincerely,
.. Nicole DeMoss, owner
dw
M
go PO SOX 7724, Bonney Lake WA 98390 Ph.253-862-5607 Fax 253-862-8440
rr
t
L
L ��,ty O� CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
i
hereby confirms and declares that
(Name*contractor/subcontractor/consultant)
I. It is the policy of ,�,(,�/�(� 1W-01yU0-ftW to offer equal
w (Name of contractor/subcontractor/consultant)
opportunity to all qualified employees and applicants for employment without regard to
the race,creed,color, sex, national origin,age,disability or veteran status.
complies with all applicable
(Name o contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
III. When applicable, will seek out and
f�i ( ame of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
�w
Print Agent/Representative's Name
p�
Print Agent/Representative's Title
li/�()pp
Le�
Agent/Representative's Signature
O'15`OL15
Date Signed
6
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\14_FAM DOC\
L
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned Nicole DeMoss DBA Young Life ronst ruc t:i nn
PO Box 7724, Bonney Lake, WA 98390
as principal, and Western Surety Co. corporation organized and existing
under the laws of the State of Washington 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$ 25,164.35 for the payment of which sum on demand we bind ourselves and our
r4
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 Puyallup , Washington,this 4th day of May ,2005.
Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG- 05-033 providing
for construction of HOOUTAM PL NE/SR-900 STORM SYSTEM PROJECT the principal is
required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work,and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
performed under the contract within a period of one year after its acceptance thereof by the City of
Renton,then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
aui
Wes n Surety Company
Principal
-
A U�.l .m
Signature Kignature
Title Title
(rr
MAY-04-2005 WED 12:11 PM (;NA SURETY FAX NO. 605 335 0357 P. 01
do
wo
ACKNOWLEDGMENT OF SURETY
STATE OF--..
COUNTY OF-.-..—.. -Rif (Attorney-in-Fact)
On this -- 4th day c f Ma y ... .....'_._. . ) --.2005—,before me,a notary public in
and for said county,personally appeared__ _RicaiArd T,--Talhnt
to me personally known and beiLig by me duly sworn, did say, that be is the Attorney-in-Fact of 'WESTERN SURETY
COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the
State of South Dakota, that the s.dd instrument was executed on behalf of the said corporation by authority Of its Board of
Directors and that the s .__Rjjqjiard_k,, Talb=... --
acknowledges said instrument to b3 the free act and dead of said corporation and thathe has authority to sign said instrument
without affixing the corporate seal )f said core oration.
IN WITNESS WHEREOF,I have hereuntAt subscribed my name and affixed my official seal
-----------Puyku Washington
the day and year last above written.
MY commis On expires
0 00 Notary Public
Form 105-4-2000
kN 8V
♦ O
#
TAA,
MAY-04-2005 WED 12:11 PM (M SURETY FAX NO, 605 335 0357 P. 02
do
VU
estern Surety Company
POWER OF ATTORNEY-CEIRTIFIED COPY
ire
Bond No. 69903 283- - -----
Know All Men By These Pref ents, that WESTERN SURETY COhMWP NY,a corporation duly organized and existing under the
laws of the State of South Dakota, ind having i:,u principal office in Sioux F;lls,South Dakota(the"Company"),does by these presents
make,constitute and appoint _Riohard L... Ta712Cjt__
its true and lawful attorney(&)•in4,ct,with full power and authority hereby conferred,to execute,acknowledge and deliver for and on
its behalf as Surety,bonds for:
Principal: Nicole De Moss dba "oung Life Coiistruption
Obligee: City of Renton
Amount: $500,000.00
and to bind the Company thereby as fully and to the some extent as if su bonds were signed by the Senior Vice President,scaled
with the corporate seal of the Company and duly attested by its _r t4ry, hereby ratifying and confirming all that the said
attorney(s)•in•fact may do within the above stated limitations. Said�pV �tn;,nt is made under and by authority Of the following
bylaw of Western Surety Company which rema:.ns in full force and efroet.
"Section 7, All bonds,policie,,,undertakings,Powers of Attorney or 0�her obligations of the corporation shall be executed in the
corporate name of the Company ly the President, Secretary, any Assiatapt Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Dire A=may at thorize. The President,any Vice President,Secretary,any Assistant Secretary,or the
Treasurer may appoint Attorneys in Fact or aj;ents who shall have author ty to iasue bonds,policies,or undertakings in the name of
the Company. The corporate seal is not necessary for the validity of any )onds, policies, undertakings,Powers of Attorney or other
obligations of the corporation. The signature oj-any such officer and the cor jorate seal may be printed by facsimile."
wr All authority hereby conferre(l shall expire and terminate,without not a,unless used before midnight of...__Noyenibg r 4
2005__but until such time shall be irrevocable and in fun force and effect.
In Witness Whereof, Wester i Surety Co-apany has caused those prF sentm to be signed by its Senior Vice President, Paul T.
Bruflat,anWsworate seal to b)affixed this __A=_.. day of
WFS SUREAY COMPANY
.;N'" w
_ 2
ITI
2 (j Z
Paul T.Brufla nior Vice President
4%
sto
A
as
CO LjNQ0WWfAnA I
On ttds—.4:Lh—day of __ --blaYL, the year -_2,00. ..,before me,a notary public,personally appeared
Paul T.Bruflat, who being to me duly sworn, acknowledged that he aigred the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY ind acknowludged said instrument to be the voluntary act and deed of corporation,
orporation.
lo
U.KRELI
Homuty Pual is Public South Dakota
,QV14090UTH allCTAQW r
My Commission Expires November 30,2006
I the undersigned officer of V 7estern Surety Company,a stock corpor '0 n of the State of South Dakota,do hereby certify that the
attached Power of Attorney is in j ull force and effect and is irrevocable,anTl furthermore,that Section 7 of the bylaws of the Company
as act forth in the Power of Attort ey is now in Force. 4th
In to itimoay whereof,I have hereunto set.my hand and seal of Waste i n Surety Company this day of
...May 21 LDL—. WES SUR5, Y COMPANY
/Z Z.
Bruflat nior Vice
P?I�T,�PVeaident
im
Form F5308-42002
err
L
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this � ^ day of , 2005 by and
between THE CITY OF RENTON, Washington munici al corporat'on oft tate of Washington,
hereinafter referred to as "CITY" and L)UV1 1,1 f' �
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
L1) The Contractor shall within the time stipulated, (to-wit: within 15 working days from date of
commencement hereof as required by the Contract, of which this agreement is a component part)
perform all the work and services required to be performed, and provide and furnish all of the
labor, materials, appliances, machines, tools, equipment, utility and transportation services
necessary to perform the Contract, and shall complete the construction and installation work in a
workmanlike manner, in connection with the City's Project (identified as No. SWP-27-3225
for improvement by construction and installation of:
HOQUTAM PL NE/SR-900 STORM SYSTEM PROJECT
Work as described in"Scope of Work"dated March 22,2005 , attached hereto.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
strict conformity with the plans and specifications, including any and all addenda issued by the
City and all other documents hereinafter enumerated, and in full compliance with all applicable
codes, ordinances and regulations of the City of Renton and any other governmental authority
having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,
appliances, machines, tools, equipment and services shall be furnished and the construction
installation performed and completed to the satisfaction and the approval of the City's Public
Works Director as being in such conformity with the plans, specifications and all requirements
of or arising under the Contract. The Consultant 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
r Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
e c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions,if any
i) Technical Specifications, if any
L
tt
r
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
f" 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) d4ys 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,
k` appliances, equipment, plants and other properties belonging to the Contractor as may be on site
of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all claims,
actions, damages, liability of every type and nature including all costs and legal expenses
incurred by reason of any work arising under or in connection with the Contract to be performed
hereunder, including loss of life, personal injury and/or damage to property arising from or out
of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise
apply for or on account of any patented or unpatented invention, process, article or appliance
manufactured for use in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured. 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.
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
15 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 $25,164.35
numbers
Twenty five thousand one hundred and sixty four Dollars.and 35 cents
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
in the "Special Provisions"of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-
written.
CONTRACTOR CITY OF RENTON
President/Partner/Owner Mayor — Kathy Keolker—Wheeler
ATTEST
Secretary Michele Neumann — Deputy City Clerk
dba V( ,fl✓lr�, l/ `f?f.'�7
Firm Name
check no
Individual ❑ 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
is 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.
IL . .
CITY OF RENTON
Hoquiam PL NE / SR-900 Storm System Project
SWP-27-3225
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications,to include but
not be limited to:
• Installing approx.45 LF of new 12-inch storm line an d two catch basins,
• remove and rebuild a wooden fence and rockery wall,
grading and asphalt paving of 150 linear feet of driveway,
• construct 40 feet of gravel driveway,
• remove and rebuild about 10 linear feet of curb,gutter,and sidewalk,
• restoration,topsoil,and seeding.
of
ILI The estimated project cost is$28,000 to$33,000.
A total of 15 working days is allowed for completion of the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
L
L
04a SCOPE.DW
E
os�Y o� City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR:Hoguiam PL NE/SR-900 Storm System Project
PROJECT NUMBER: SWP-27-3225 STAFF CONTACT: Daniel Carey
Certificate of Insurance indicates the coverages/limits specified in [ Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ❑ Yes [/No 013 LO '50ft`'E
The Commercial General Liability policy form is an ISO 1993 Yes ❑ No pa-r R
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes [INo
`l'General Aggregate provided on a"per project basis(CG2503)?* [ Yes ❑ No 1
Additional Insured wording provided?* ❑ Yes �No 1111 'e Y-,Z✓(
Coverage on a primary basis and non-contributing basis?* D 'es ❑ No
Waiver of Subrogation Clause applies?* [ Yes ❑ No
t Severability of Interest Clause(Cross Liability)applies? EKes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ✓❑-No O NI L`i C,41/'
*To be shown on certificate of insurance* '30 DA-45
AM BEST'S RATING FOR CARRIER
GL Auto lif'. Umb AFT Professional Ar-
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
/I/y�U",.,e4 0���CESl-�/G ��a wl &&7-004
Agency/Broker Completed By(Type or Print Name)
g7o1 6 T &"/v � ' 7&yAX-4,qe 1A)*
Address Completed By(Signature)
,4LA,,,) &/LTA ?f-7- ?//T— `l Q 00
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
�r
ENDORSEMENT 1
In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by
Insurance Company, is amended to include the following terms and conditions as respects Contract
Number issued by the(OWNER).
�k 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and
completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
INSURED.
Y 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
on behalf of the OWNER;or(b)products sold by the NAMED INSURED to the OWNER; or(c)premises
leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary
insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event,any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
`A 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a)
the OWNER and(b)the CONTRACTOR.
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
f with the OWNER.
1 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
s/
&, _1-1�7 /
1 -7/ate
Date Authorized�esentative
i '
Signature
�s a,
des,
�Gtiu
Insumncepk.doc\
May 11 05 04: 49a Young Life Const 253 862 8440 p. 2
MAY-10-200to 04 : 14 PM P. 01
err
CERTIFICATE OF LIABILITY INSURANCE " o"TE WM
Mnr
10.200S OR
( a u1TC8tu
Great Northern Ins. 6ervlceB, Inc CONFERS NO RIGM9 UPONTtiE CERTIFICATE HOLDER,THIS CERTIFCATE
2701 E. Main DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
Puyallup,WA 86372 POLICIES BELOW.
_COMP9*$OFF trkQVEA+GE. _
COMPANY A: lee LonUOn Ltd
+Irr N{COIe DeM0a6 DBA.Young LIfA Construction COMPANY B'
PO Box 7724 COMPANY C:
Bonney Lake,WA 98390 COMPANY D-,
rrr E Q E
THE POLIOES OF NSJWWCE LIMO SE,OW PAVE DIMN ISSUED TO T•+E IN%IRPD NAMED A& ME FORTHE POLCY PERIOO MEDICATED.N0TWITMST4NOI'1[ANY REOLMMENT,TERM
OF CONDITION OF ANY CONTRACT OR OTHER DOCLW±.M WV RESPECT TO WFfOM TWS CEAWiCATE MAY 8E ISSUED OR MAT FE rAUy T}¢INSURANCE AFFORDED BY THE
POLICES D. CRFI REIN IS 9QAJF TO A6 rtjMR,ML URIONG ONS OF SU_ MARE kOW Y HAVE REDUCED HY P I MS.
COL. OLICr
t LTA TYPE OF INSLIRIWIC POLICY NU DATE m, OATS IM MOO UhtTS
AD• 2 0 00
A X COMWACIAL GENERAL LiNKM' 5WMP AGG. S2,000,0
CLAIMS MADE®OCCUR PFK026030 1/11/06 1J91/00 mQifi7LJAY $1 0 00
OWNERS ICOkTPROT 1 000
.AC1 y aria i 35 00
o++e Percon 00
xiYavaffu
ANY AUTO COMONEO SINGLE LIMB
ALL OWNED AUTOS
SCHEDU ED AUTOS 600LV N,WA+IN,N•'w'4
4F*O#=. S
y� NO%OWNFD AUTOS GODLY INAA,leer eocdenp
PROPErMOAWA3E
A19 0 CIDENT
ar ANY AUTO 0 4IT00 L Y, Ifo1��
Eon—'-`icC u p
FAC NC
Y TUWELLA FORM
OTHER TNaN UMBRELLA FORM
xrm
A MD EMPLOVERV LIABILITY PFK026030 1/11/06 1/11/06
"Ro DIM PAOPRIETOA I PARMF0.c+ purl rn+rornCERSARE Exa
■r
IVION Of O nON .kIOL
r .FSr
City of Renton, its elected or appointed oftloem, olffciais, and employems are named Additional Insured ae respects to the
named insured's operations, Insurance shall be primary and non-contributory but only ae vspects to Insureds sole
MrM negligence, per farm CO2010(7-04). Waiver of Transfer of Rights per form CG2404 applkv. Per Project Aggregate per
form CG2503 applles. Geverabiilty at Intereat verbage Is included in the policy form, GOOtt01(07-98). 10-day notice of
cancellation for non-payment of premium,
E 1,CANCELLATtO
SHOLILD AW Or TkE A80VE OMASED POuCIES SE CANC ELLED BEF THE E)VAAITON DATE
THEREOF.THE sguIN0 COMPANY WILLSh"QI_ MAh 8p DAYS►YPIMN NOTICE TO TAE
C37TIF tC1+TE NncOF.c NM+ED TO TFrF LEFT,liiitrC�IWR!*1
rr Clty of Renton
1055 South Grady Way
Renton,WA 98055
irr
AUTHORIZED REPRESENTATIVE GRIFFIN UNDERWRITING SERVICES
COR D Z5-_S 3 111BAWRO CORPOIRWION 188
err
05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 02/07
05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES a 12538480103 NO.937 P02
WAN
TtfIS L'NDO)?.iEMENT C11ANGES THE POLICY PLEASF.READ/T CAREFULLP.
POLICY CHANGE ENOORSEMENT - 0 4
Policy/Ceniriewe Number Policy Change Eff Com An ective Alea London Ltd
PFK026030 515/2006 at 12:01 a.m.
Named In9ured
Nicola DoMocs DBA:Young Life construction
PO Box 7724
i3onney Lake,WA 88390
CHANGES
r�r in oonsideration of the additional prerr ium of 5900,00,it is understood and agreed that the following cltange(s)is made to this
policy:
City of Renton Is added as primary additional Insured perform CG2010(07104)Attached.
Furthermore,forms 002404 Walser of 7f2nsfer of Rights and CG2503 Per Project Aggregato also attach to and
' form part of this policy,as applicable to the City of Renton.
Employers Llabi11ty1Stop Gap coverage is hereby added via form GGC4608(1244)for an Additional Premium of
5250.00.
Time are no further changes to ibis policy.
ADDITIONAL PREMIUM: $900.00
TAXES: $21.60
TOTAL: $921.60
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
rtr
Subtnisslon 9:9030339
tr Date ofleaue.May 10,2005
Imucd ey,Ihenry
Efiettivc Date of Policy: 1/1112005
Contract. OiALEA623
Autttorized Representative Signature
say Griffin Underwriring Servicss
cc: Great Northern ins. Servic03,Inc.
2701 E.Main
im
Puyallup,WA 98372
rw
05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 03/07
05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES 4 12538480103 N0,937 903
policy/Certificate NUmb,9r PFK026030-COMMERCIAL GENERAL LIABILITY - CG 2010 07 04
THIS ENDORSEIAENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNERS, LESSEES OR
CONTRAGoTORS -- SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:,
COMMERCIAL GENERAL LIA9 LITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Parson(s)
Locatlon(g)Of Covered Operations
Or Organlxetlon($):
CI of Banton Hoquia n PL NEISR-900 Storm System Project
1055 South Grady Way
Renton,WA 96055
insurance shall be primary and non-contributory but only as
respects to the named insured' •sole negligence.
.Info ; e re late this chedula If not Shown above.will shown ir�the Decl�a ions.
A. Section 11 W Who Is An Insured Is amended to include B. With respect to the insurance afforded to these
as an add Wonal insured the persons)or organizatlon(s)
additional insureds, the following adddonal excluslons
shown in the Schedule,but only with respect to liability apply:
dame e"or"ps;rsonal and This insurance does not apply to"bodily injury"or
for"bodily injury","Pell 9 property damage"occurring after.
advertising Injury"caused,in whole or in part, by: 1 All work.Including materials, parts or equipment
1. Your acts or omissions;or furnished in connection with such worts, on the project
2. The acts or omissions of trose acting on your (other than service, maintenance or repairs)to be
behalf; performed by or on benolf of the additional insureds)
In the performance of your ongoing operations for the P
additional insureds)et the
location(s)designated above, at the Iocatfon of the covered operations has been
completed; or
2. That portion of"your work"out of which the injury
or damage arises has been put to its Intended use by
any person or organization other than another
contractor or subcontractor engaged in performing
operations for a principal as a part of the same
project.
page 1 of 1
CG 2010 07 04 0ISO Properties,Inc.,2004
�r �
05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 04/07
05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES 4 12538480103 NO.937 D04
Certificate Number PFK026039-COMMERCIAL GENERAL LIABILITY - CG 25 0411 a6
�r
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY-
AMENDM-NT - AGGREGATE LIMITS OF INSURANCE
(PER LOCATION)
T'hir,endorsement modifies insural"10 qtr
COMMERCIAL GENERAL LIASILITY COVERAGE PART following:
The Gisneral Aggregate Limit under LIMITS OF INSURANCE (Section 111) applies separately to aach of your
location owned by or rented to you
"Location" means premises involving the same or connecting lots, or premises whose connection is interrupted
only by a street, roadway, watenvay or right-of-way of a railroad.
+rr
r
+� CG 25 04 10 83 Copy6ghl, Insurance Services Office,Inc.,1984
Page 1 of 1
tiw
to
to
r.r
05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 05/07
05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERVICIES 4 12538480103 NO-937 005
Certificate Number PFK026030-COMMERCIAL GENERAL LIABILITY - CG 24 0410 03
THIS ENDORSEJAENT CHANI31eS THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER
OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
This endorsement modWICS insurance provided under the following:
COMMERCIAL GENERAL-LIABILITY COVERAGE PART
This endorsement Changes the policy effective on the inception date of thA policy unless another date is indicated below.
—� Policy No.
En orsemont I PFK026030
1111/2005
ountersignad by
Named Insured
�.r
Nicole Demos$DBA:Young Life Constructlon
Aut r' d Re sentatly
SCHEDULE
Name of Person or 0r93nlaatl0n:
City of Renton
1055 South Grady Way
Renton,WA 98M
(If no entry appears above,information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV-COMMERCIAL
GENERAL LIABILITY CONDITION S)is amended by the addition of the following: Of
we waive any right of recovery we may havA against the Person n olnr operations or"your�wolrk"done duderba contra t with that
payments we make for Injury or darnage arising out of you o g g p to the person
person or organization and Included in the"products-completed operations hazard." This waiver appiles only
or organization shown in the Schedule above•
r.�
�wr Pa9e 1 of 1
CG 24 0410 93 Copyright,insurance SWIM Office,Inc.,1992
io
I
05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 06/07
05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIES a 12538480103 NO.937 906
EMPLOYERS LIABILITY COVERAGE FORM
Throughout this policy the word9'you"and your"refer to the Named Insured shown in the Declarations.The words we",
ve and"our"refer 10 the Company providing this insurance.
A. Haw This Insurance 1, liablllty nooLi med under a contract:
ce ADP�rQ''
This employers liability insure no®applies to bodily injury
2. punitive or exemplary damages:
by accident or bodily injury by disease. Bodily injury 3. bodily injury to an employee while employed in
includes resulting death. the violation of law with your Actual knowledge or
a� 1. The bodily injury must arise out of and in the course of the actual Knowledge of any of your executive
the injured employee's employment by you. officers;
rr 2. The employment must b 3 necessary or incidental to 4. any obligation imposed by a workers
compensation,occupational disease,
your work in Nevada,North Dakota,Ohio, unemployment compensation,or disability
Washington,W®�Vlrglr.ia,or Wyoming. benefits law,or any sirrillar laws:
rr 3, 8ndlly injury by accident must occur during the policy ravated by
period. 5. bodily injury Interrtionally caused or egg
you;
4. Bodily injury by disease must be caused or oacurring outside the
United States of
aggravated by the conditions,of your employment. S. gmericauts territories or posoessians.This
The amptoyee'g last day of last exposure to the exclusion does not apply to bodily injury to s
conditions causing or aE gravatin9 such bodily Injury exclusion
or legal resident of the United States of
tyy disease must occur during the policy period. America who is temporerlly outside the country;
5. If you are sued,the orig nal suit and any related legal
lions arising out of coercion,criticism,
actions for damages for bodily injury by accident or by 7' demotion,evaluation,reassignment,diselplin%
deesse mu6tbe brougtt in the United States of defamation,harassment(including sexual
"a Amefte,Its territories or poWsslons.
harassm0rlt),hunfiliation,discrimination
ny persone against or
termination of any employee,
B. We Will Pay praodcea,policies,acts or omissions;
We will pay all slime you legally must pay as damages
because of badly injury to y yur®mployees,provided the S. bodily injury to any person in work subject to the
Longshore and Harbor Workers Compensation
godly injury i8 not compass jble under workers Act(33 USC Sections 901.950),the
a. eompenaotion coverage. Noneppropriated Fund instrumentalities Act(3
USC Sections 8171-6173),the tauter Contlnental
The darnageswe will pay,inhere recovery is permitted by shelf Landes Act(43 USC Sections 1331.1356),
law,include damages: the Defense Base Act(42 USC Sections 1651-
1654),the Federal coal Mine Health and Safety
I. for which you are liable to third party by reason of a Act oft 9®9(30 USC Sections 901-942),and any
claim or suit against you�by that m►rd party to recover other federal 1989(workers or workman's compensation
the damages claimed against such third parry as a taw or other federal occupational disease law,or
result of injury to your employee; any amendments to these laws;
2. for care and loss of ser rice:and g. bodily injury to any person to work subject to
Federal Employers'Liability Act(45 USC Sections
rr 3. for consequentlel badly Injury to 8 spouse,child) 61 o6tl),and any other federal laws obligating an
parent,brother or aisle' of the injured employee; employer to pay damages to an employee due to
u to our em la tie that arises bodily Injury arising out of or in the course of
4. Deeaus0 of bodily injury y mart claimed employment,or
any amendments to those laws;
out of and in tMe course,of employ
against you in a capacity other than as employer. 10. bodily injury to a macter or member of the crew of
any vessel;
C_ Exclusion'
This ingur>anae does not co rer: 11. fines or penalties Imposed for violation of faders
or state law;and
.r
page t of 2
CGC 4506(12.04)
05/11/2005 14: 35 2538480103 GREAT NORTHERN INS PAGE 07/07
05/10/2005 04:10 GRIFFIN UNDERWRIGHTING SERUICIE5 4 12538480103 NO.937 907
■. 12. damages pWable under'be Migrant and Seasonal G.Limits of 1 lability
Agricultural Worker Prote ction Act(29 USC Sections
1801-102)and under any other federal law awarding Our liability to pay for damages is limited. Our limits of
damages for violation of'hose laws or regulations liability era:
issued thereunder, and any omendmentsto those
laws $100,000"Bodily injury by accident—each
accident"
0, Wo Will Defend $500,000"Bodily injury by disease—policy limit"
We have the right and duty tr defend,at our expanse,any Y
claim,proceeding or suit age nst you for damages payable $100,000^Bodil y i N ur by
disease—each
by this Insurunce. We have 1ne right to investigate and employee
settle these claims,pros®edN+ga and suits. They apply as explained below:
We have no duty to defend a claim,proceeding or suit that injury Accident. The limit shown for
is not oovered by this insurance.We have no duty to 1 Bodily�n ry y accident—each accident"is the
defend or continue.defondinti after we have paid our 'bodily we win be, for all damages covered by this
rppiloable limit of aslbility ant er this insur9ne®, insurance because of bodily injury to one or more
We Will Also Poly
employees in any one accident.
ass costs in addition to other amounts A disease is not bodily injury by accident unless it
ps wsl also pry these results directly from bodily injury by accident,
payable under this insurance,as part of any claim,
r+. proceeding,or suit we defend: 2. Bodily Injury by Disease—Policy Limit. The limit
1. reasonable expenses in,;urred at our request,but not shown for"bodily injury by disease—policy limit"
is the most we will pry for all damages covered by
loss of earnings, is insurance and arising out of bodily injury by
disease,regardless of the number of employees
2. premiums for bonds to r 9lsase attachments and for o sustain bodily injury b disease. The limit
appeal tionde In bond amouMs up to the limit of our shown for."bodily injury by disease,—each
liability under this insurance; employee"Is the most we will pay for all damages
+rr
3, 169gtion coats taxed%ilnst you; because of bodily injury by disease to any one
employee.
b. Interest on a judgment t s required by law until we
offer the amours due ur der this insurance;end Bodily injury by disease does not include disease
that results directly torn a bodily injury by
5. expenses we incur.
accident.
3. We will not pay any stelae for damages after we
F. Other insurance have{raid the Applicable limit of our liability under
We will not pay more then a ur share of damages and
this insurance.
r.r costs covered by this insurance and other insurance or
self-insurance. Subject to'.ny limits of liability that apply,
all shores will be equal until the loss Is pall. If any
linsura nee or self insurance Is exhausted,the shares of all
++rr remaining insurance and self-insurance will be equal until
the loss is paid.
irr
GGC 4508(12-04) Page 2 of 2
r EIC0
GEICO GENERAL INSURANCE COMPANY
Washington DC
io VERIFICATION OF COVERAGE AS OF DATE OF THIS FACSIMILE
(SEE BELOW UNDER"CAUTIONARY NOTE")
WVNSURED Policy Number: 2019452107
Effective Date: 03-26-05
NICOLE JEANNE DEMOSS Expiration Date: 09-26-05
10121 221ST AVE E Registered State: WASHINGTON
BONNEY LAKE, WA 98390-4196
M
To whom it may concern:
Phis letter is to verify that we have issued the policyholder coverage under the above policy number for the dates indicated in the effec-
tive and expiration date fields for the vehicle listed. This should serve as proof that the below mentioned vehicle meets or exceeds the
financial responsibility requirement for your state.
M
Vehicle Year: 2000
Make: FORD
Model; F350 SPDTY
VIN: 1 FTSX 31S 9YE E 10610
COVERAGES LIMITS DEDUCTIBLES
,,BODILY INJURY LIABILITY $50,000/$100,000
PROPERTY DAMAGE LIABILITY $25,000
PERSONAL INJURY PROTECTION OPTION B NON-DED
UNDERINSURED MOTORIST $50,000/$100,000
s4JNDERINSURED MOTORIST PROPERTY DAMAGE $25,000
COMPREHENSIVE $500 DED
COLLISION $500 DED
EMERGENCY ROAD SERVICE FULL NON-DED
aw
r
X Lienholder _Additional Insured _Leasing Company
FORD MOTOR CREDIT CO
' P.O. BOX 390910
MINNEAPOLIS, MN 55439-0910
Additional Information:
Issued 05/13/2005
If you have any additional questions, please call 1-800-841-3000.
CAUTIONARY NOTE: THE CURRENT COVERAGES,LIMITS,AND DEDUCTIBLES MAY DIFFER FROM THE COVERAGES,LIMITS,AND
DEDUCTIBLES IN EFFECT AT OTHER TIMES DURING THE POLICY PERIOD. THIS VERIFICATION OF COVERAGE REFLECTS THE COVERAGES,
LIMITS,AND DEDUCTIBLES AS OF THE DATE OF THIS FACSIMILE,WHICH IS INDICATED AT THE VERY TOP OF THIS DOCUMENT.
r.U-33(11-01)
YAW
io
iw
imo
INSURANCE INFORMATION
iw and REQUIREMENTS
No
+00 CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
ON
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
we 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.
or
Coverages
we (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
err
(2) Automobile Liability including all
• Owned Vehicles
""' • Non-Owned Vehicles
• Hired Vehicles
+try (3) Workers'Compensation
• Statutory Benefits(Coverage A)-Show WA L&I Number
ON (4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
mr
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
ro 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
we pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
rrw
wwr
Insurancepk.doc\
rr
LIMITS REQUIRED
The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability 0
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000 4I
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 rl
General Aggregate Limit $ 1,000,000
Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim S 1,000,000
Aggregate $ 2,000,000 46
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project) 40
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000 go
Aggregate $ 1,000,000
Insurancepk.doc\
so
fir► 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:
to 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
dw 2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause(Cross Liability)
err 4 Policy may not be non-renewed cancelled or materially changed or altered unless forty-five 45 days
y Y Y b rh'- O Y
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
0►
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
up 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.
fm
rw
++r.
4W
ter
ow
up
as
Insurancepk.doc\
r
ACORD r. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YY)
PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING
ANY REQUIREMENTS,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,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MMIDDIYY (#2) LIMITED
GENERAL LIABILITY a) EACH OCCURRENCE $ 1,000,000
(#1) X COMMERCIAL GENERAL LIABILITY b) FIRE DAMAGE(Anyone fire) $ 50,000
CLAIMS MADE X❑ OCCUR
c) MED EXP(Any one person) $ 5,000
d) PERSONAL&ADV INJURY $ 1,000,000
GENL AGGREGATE LIMIT APPLIES PER: e) GENERAL AGGREGATE $ 2,000,000
POLICY PROJECT F] LOC fl PRODUCTS-COMP/OP AGG $ 1,000,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(#3) X ANY AUTO a) (Ea accident) $ 1,000,000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS b) (Per person) $
HIRED AUTOS
NON-OWNED AUTOS c) BODILY INJURY $
(Per accident)
El d) PROPERTY DAMAGE
(Per accident) $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO N/A OTHER THAN EA ACC
B
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
(#4) F_]OCCUR ❑CLAIMS MADE AGGREGATE $
8 DEDUCTIBLE $
RETENTION $ $
(#5) WORKERS COMPENSATION AND WC STATU- F I OTH-
EMPLOYERS'LIABILITY TORY LIMITS ER
E.L.EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT $
(#6) OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
(#7)
City of Renton is named as an additional insured (#9)
CERTIFICATE HOLDER [91 ADDITIONAL INSURED;INSURER LETTER: CANCELLATION (#8)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE
City of Renton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL
Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO
1055 South Grady Way THE LEFT.
Renton, WA. 98055 AUTHORIZED REPRESENTATIVE
., Certificate of Insurance Guidelines
The following is an attempt to further clarify the requirements that are mandated by the City of Renton in referenced to projects
events and the limits of insurance coverage you are expected to provide the City. First and foremost, it is important to
,,;emember that the limits being shown in the attached form are only minimum limits. There may be times when the project/
event will need additional coverage in some areas.
1. General Liability: Insurance protecting the person or
IINSR organization from liability exposures. Make sure that
LTR TYPE OF INSURANCE the Commercial General Liability and Occurrence
GENERAL LIABILITY (Occur) boxes are checked. There are several areas
# in the General Liability area. These we designate as
X
COMMERCIAL GENERAL LIABILITY "limits".
CLAIMS MADE Im OCCUR # 2 Limits
a EACH OCCURRENCE $ 1,000,000
b FIRE DAMAGE (Any one fire) $ 50,000
2. Limits: The amount of insurance coverage the C IVIED EXP (Any one person) $ 5,000
insured (you, in this case) has purchased.
to insured PERSONAL &ADV INJURY $ 1,000,000
2a. Each Occurrence: amount is the most the e GENERAL AGGREGATE $2,000,000
insurance policy will pay for one occurrence.
A, This limit is$1,000,000 minimum, subject to increase. f PRODUCTS-COMP/OP AGG $ 1,000,000
2b. Fire Damage: amount is the most the insurance 2e. General Aggregate: this amount is the most the
policy will pay for a fire that you are responsible for in insurance policy will pay during the policy regard less of the number of claims. This limit is $2,000,000.
premises that you lease or that are in your care,
custody or control. This number is pretty standard at There are few exceptions to this minimum limit.
$50,000. 2f. Products-Completed Operations Aggregate: This is
rrW the most the insurance policy will pay for liabilities
2c. Medical Expenses (Any one person): this is"no-fault" arising out of the Products-Completed Operations
medical expense insurance provided to other parties exposure. This coverage is generally provided with the
injured during the event/project on the property. General Liability policy. The minimum limit here is
Im This is required for all projects/events conducted $1,000,000. This provides for products or business
in the city. operations conducted away from your premises once
VW 2d. Personal &Advertising Injury: provides$1,000,000 the project/event is completed or abandoned.
coverage for personal injury(not bodily injury) including a COMBINED SINGLE LIMIT $ 1,000,000
slander, libel, false arrest, malicious prosecution, (Ea accident)
invasion of privacy and advertising liability for exposure BODILY INJURY $
0" of any advertising activities. b (Per person)
BODILY INJURY $
# 3 AUTOMOBILE LIABILITY C (Per accident)
r PROPERTY DAMAGE $
X ANY AUTO d (Per accident)
ALL OWNED AUTOS 3a. Combined Single Limit: This is the most the insurance
ow SCHEDULED AUTOS policy will pay for bodily injury and property damage
HIRED AUTOS combined for each accident. This limit is $1,000,000.
This area of coverage includes both the Bodily Injury
NON-OWNED AUTOS and the Property.
3b. Bodily Iniury (Per person): This is what the insurance
policy would pay for bodily injury to one person from the
�r.
accident. Not needed if Combined Single Limit is in
3. Automobile Liability: This coverage insures against effect.
liability claims arising out of the use of a covered auto.
The box"Any Auto" should be checked. This area of 3c. Bodily Injury (Per accident): This is what the insurance
�.r coverage is determinable on whether any vehicles will policy would pay for bodily injury from each accident,
regardless of the number of persons injured. Not needed
be used during the project/event. If there will not be
any automotive involvement,there will be no need for if Combined Single Limit is in effect.
w„► this coverage.
3d. Property Damage: This is what the insurance policy
would pay for third party property damage resulting from
one accident during your project/event.
so
EXCESS LIABILITY
4. Excess Liability: Provides liability coverage on top of the
OCCUR F-1 CLAIMS MADE primary(General and Auto) General liability policy and may
# L� provide excess limits over Auto Liability. If you are unable to 46
provide the limits for the General Liability and Auto Liability,
DEDUCTIBLE this area needs to be filled in to provide an"umbrella"form of
coverage that,when added to the General and Auto Liabili- ,
RETENTION $ ties, will meet or exceed the limits required by the City.
WORKERS' COMPENSATION AND
EMPLOYERS' LIABILITY 5. Workers' Compensation and Employers' Liability: Please
# 5 list state number on certificate,where indicated. If number
is not known, provide copy of State Certificate of Workers'
Compensation Coverage. If self-insured, please indicate
on the certificate.
to
OTHER
6. Other: This area is designated for any other coverage that
may apply to your individual project/event needs, such as 40
# 6 Professional Liability.
DESCRIPTION OF OPERATIONS/VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
# 7
7. Description of Operations/Locations/Vehicles/Special Items: This section is provided for descriptive text regarding
the project/event. Please fill out with any assigned numbers, project/event names, contact people, etc. You may
add the additional language in this area; however, you will need to provide the City with an Additional Insured
Endorsement, as well.
CANCELLATION # 8
8. Cancellation Clause: The City of Renton requires a SHOULD ANY OF THE ABOVE DESCRIBED POLICIES
non-qualified cancellation clause. Therefore, the BE CANCELED BEFORE THE EXPIRATION DATE
cancellation language must read as follows: "Should any THEREOF, THE ISSUING COMPANY WILL MAIL 45
of the above-described policies be canceled before the DAYS WRITTEN NOTICE TO THE CERTIFICATE
expiration date thereof,the issuing company will mail 45 HOLDER NAMED TO THE LEFT.
days written notice to the certificate holder named to the left. I i vw
DESCRIPTION OF OPERATIONS/VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
# 9
CITY OF RENTON named as additional insured
9. Additional Insured Status: The City must be named as an additional insured on all projects/events where insurance
is required. Although the proper wording may appear in the"Descriptions" box, it is still necessary for the Additional
Insured Endorsement to be provided as well.
to
too
aw
ils
iw
PREVAILING MINIMUM
ow HOURLY WAGE RATES
rr CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
rrr
Ref: Pay Estimate No.
Project_HOQUTAM PL NE/SR-900 STORM SYSTEM PROJECT
SWP-27-3225 CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
ar
Company Name
10 By
1W Title:
r
List of Subcontractors Used on the Project:
to
Im
trr
1W
aw
so
r
wr
18_Cert-Prevailing-Wages-City.doc\
+rr
Department of Labor and Industries STATEMENT OF INTENT TO
to Prevailing Wage
(360)902-5335 PAY PREVAILING WAGES
www.Ini.wa.gov//TradesLicensing/PrevailingWage „°
Public Works Contract
,w $25.00 Filing Fee Required
• 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)
�rtr
• _Once approved vour form will be po ste_d online at the above website.
APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address
Contractor,company or agency name,address,city,state&ZIP+4
�rl City State ZIP+4
Awarding Agency Project Contact Person Phone#
1rM
County where work was performed City where work was performed
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
Will 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
y Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe
Indicate number of owners expected to perform work. of workers hourly a benefits
go
Ow
low
ow 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
so workers I employ on this Public Works Project will be paid no less
City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
Contractor Registration No. UBI Title Signature
f1w
Industrial Insurance Account Number
IIY► Email address Phone number For L.&I Use Only
Check Number: ❑ $25 or $
For L&I Use Only Issued By:
ow
APPROVED: Department of Labor and Industries
i
+w By
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
rrr 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.
VA
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 paid prevailing wage.) rif
All work subcontracted: If all work will be performed by
subcontractors, check the appropriate box on the form.
ail
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
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 apprentices 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 required. No other attachments will be accepted.
Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval
of the classifications of labor used by the contractorlsubcontractor.
L&I 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.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
w
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND 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
Department of Labor and Industriessr�a� AFFIDAVIT OF WAGES PAID
No Prevailing Wage o y
(360)902-5335 _ Public Works Contract
http://www.Ini.wa.gov/TradesLicensing/PrevailingWage +b� goy $25.00 Filing Fee Required
tw • This form must be typed or printed in ink. Project Name Contract#
• Fill in all blanks or form will be returned for correction see back).
• contract Awarding Agency(public agency-not federal or private)
Please allow a minimum of 10 working days for processing.
• Once approved,your form will be posted online at the website above.
ligr APPROVEDIORM WILL BE MAILED TO THIS ADDRESS Address
Contractor,company or agency name,address,city,state&ZIP+4
City state ZIP+4
Ift
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
6IM
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy)
Was all work subcontracted? Did you intend to use subcontractors?
Prime contractor(has contract with the public agency) Contractor Registration No.
❑ Yes ❑ No ❑ Yes LJ No
Job start date(mm/dd/yy)
Craft/trade/occupation and apprentices(For apprentices,give name,registration#, Number Total#of hours Rate of Rate of Hourly
trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea.trade Hourly Pay Fringe Benefits
Indicate number of owners that performed work.
Mll1
w
IWI
wrr i 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
ow workers I employ on this Public Works Project will be paid no less
City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial
Statistician of the Department of Labor and Industries
lint Contractor Registration No. UBI Title Signature
Industrial Insurance Account Number
ow Email address Phone number For L&1 Use Only- �
I Check Number: ❑ $25 or $
For L&I Use Only ! Issued By:
APPROVED: Department of Labor and Industries
By
Industrial Statistician
F700-007-000 affidavit ofwages 12-04 After APPROVAL,send white copy to Awarding Agency.
err 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.
Date work completed Missing or a date in the future.
Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
Craft/trade/occupation Craft not listed, not specific,or does not match prevailing wage occupation
listings.
Owner/Operators: If the work was 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
paid prevailing wage.)
All work subcontracted: If all work was performed by subcontractors,check
the appropriate box on the form.
Number of workers each trade Missing
Total number of hours worked each trade Missing
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 actually provided �Ml'
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.
Apprentices* Missing information or apprentice not registered*. List each apprentice by name,
registration number,trade,stage of progression, beginning and ending dates of
work performed on the project(m/d/y to m/d/y), and rate of hourly pay and fringe
benefits. i
Total Dollar Amount of Your Contract Missing—Enter exact amount Coot"time and materials").
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—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
prevailing journey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE:
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 Affidavit forms as needed. Please indicate at the
top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted.
Approval of this Affidavit will be based on the information provided by the contractorlsubcontractor. It does not signify
approval of the classifications of labor used by the contractorlsubcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form. Make a copy for your
records.
Prevailing wage rates are available on the Internet at http://www.Ini.wa.gov/TradesLicensing/PrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope av
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335
F700-007-000 affidavit of wages -backer 12-04 No
State of Washington
9ww DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
00 Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
40
KING COUNTY
Effective 03-03-05
me
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
war Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $32.61 1N 5D
ion BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $39.87 1M 5A
ow CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $39.11 1M 5D
tiV BRIDGE,DOCK AND WARF CARPENTERS $38.95 1M 5D
CARPENTER $38.95 1M 5D
CREOSOTED MATERIAL $39.05 1M 5D
DRYWALL APPLICATOR $39.63 1M 5D
yW FLOOR FINISHER $39.08 1M 5D
FLOOR LAYER $39.08 1M 5D
FLOOR SANDER $39.08 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D
av PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D
SAWFILER $39.08 1M 5D
SHINGLER $39.08 1M 5D
STATIONARY POWER SAW OPERATOR $39.08 1M 5D
*0 STATIONARY WOODWORKING TOOLS $39.08 1M 5D
CEMENT MASONS
JOURNEY LEVEL $40.01 1M 5D
DIVERS&TENDERS
go DIVER $80.62 1M 5D 8A
DIVER TENDER $41.72 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $39.52 1B 5D 8L
10 ASSISTANT MATE(DECKHAND) $38.76 113 5D 8L
BOATMEN $39.52 1B 5D 8L
ENGINEER WELDER $39.57 1B 5D 8L
LEVERMAN,HYDRAULIC $41.04 16 5D 8L
ow MAINTENANCE $38.76 1B 5D 8L
MATES $39.52 1B 5D 8L
OILER $39.16 1B 5D 8L
DRYWALL TAPERS
tiww JOURNEY LEVEL $39.44 1J 56
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
ow Page 1
of
an
me
KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key) -
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS-INSIDE
CABLE SPLICER $49.51 1D 6H
CABLE SPLICER(TUNNEL) $53.31 1D 6H
CERTIFIED WELDER $47.79 1D 6H
CERTIFIED WELDER(TUNNEL) $51.41 1D 6H
CONSTRUCTION STOCK PERSON $24.33 1D 6H *0
JOURNEY LEVEL $46.06 1D 6H
JOURNEY LEVEL(TUNNEL) $49.51 1D 6H
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5AM
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL LINEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $11.90 2K 6S
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $27.93 1N 5D
GLAZIERS
JOURNEY LEVEL $39.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $41.93 1F 5E
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.09 1N 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K 5B
MATE,LAUNCH OPERATOR $33.24 1K 5B
Page 2
KING COUNTY
sw Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER
riw SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR,FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
1w TECHNICIAN $7.35 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $38.95 1M 5D
M IRONWORKERS
JOURNEY LEVEL $43.12 1B 5A
LABORERS
ASPHALT RAKER $33.09 IN 5D
irr BALLAST REGULATOR MACHINE $32.61 IN 5D
BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D
+ BURNERS $32.61 IN 5D
CARPENTER TENDER $32.61 1N 5D
CASSION WORKER $33.45 IN 5D
CEMENT DUMPER/PAVING $33.09 IN 5D
wo CEMENT FINISHER TENDER $32.61 1N 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 1N 5D
CHIPPING GUN(OVER 30 LBS) $33.09 IN 5D
CHIPPING GUN(UNDER 30 LBS) $32.61 IN 5D
yrir CHOKER SETTER $32.61 1 N 51)
CHUCK TENDER $32.61 1N 5D
CLEAN-UP LABORER $32.61 IN 5D
CONCRETE DUMPERICHUTE OPERATOR $33.09 IN 5D
WAD CONCRETE FORM STRIPPER $32.61 IN 5D
CONCRETE SAW OPERATOR $33.09 IN 5D
CRUSHERFEEDER $27.93 IN 5D
10 CURING LABORER $32.61 IN 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 IN 5D
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
■w DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 IN 5D
DRILL OPERATOR,AIRTRAC $33.45 1 N 5D
DUMPMAN $32.61 1N 5D
EPDXY TECHNICIAN $32.61 IN 5D
io EROSION CONTROL WORKER $32.61 IN 5D
FALLER/BUCKER,CHAIN SAW $33.09 IN 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $25.61 IN 5D
construction debris cleanup)
r FINE GRADERS $32.61 IN 5D
FIRE WATCH $27.93 1N 5D
FORM SETTER $32.61 IN 5D
GABION BASKET BUILDER $32.61 IN 5D
No GENERAL LABORER $32.61 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.09 1 N 5D
GRINDERS $32.61 1N 5D
GROUT MACHINE TENDER $32.61 1 N 5D
Page 3
rw
am
rri
KING COUNTY
Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $32.61 IN 5D
HAZARDOUS WASTE WORKER LEVEL A $33.45 IN 5D
HAZARDOUS WASTE WORKER LEVEL B $33.09 IN 5D
HAZARDOUS WASTE WORKER LEVEL C $32.61 1N 5D
HIGH SCALER $33.45 IN 5D
HOD CARRIER/MORTARMAN $33.09 IN 5D
JACKHAMMER $33.09 IN 5D
LASER BEAM OPERATOR $33.09 IN 5D
MANHOLE BUILDER-MUDMAN $33.09 IN 5D
MATERIAL YARDMAN $32.61 IN 5D
MINER $33.45 1N 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.09 IN 5D
PILOT CAR $27.93 1N 5D
PIPE POT TENDER $33.09 IN 5D
PIPE RELINER(NOT INSERT TYPE) $33.09 IN 5D
PIPELAYER&CAULKER $33.09 1N 5D
PIPELAYER&CAULKER(LEAD) $33.45 IN 5D
PIPEWRAPPER $33.09 IN 5D
POTTENDER $32.61 IN 5D
POWDERMAN $33.45 IN 5D
POWDERMAN HELPER $32.61 IN 5D
POWERJACKS $33.09 IN 5D
RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D
RE-TIMBERMAN $33.45 IN 5D
RIPRAP MAN $32.61 IN 5D
RODDER $33.09 IN 5D
SCAFFOLD ERECTOR $32.61 IN 5D
SCALE PERSON $32.61 IN 5D
SIGNALMAN $32.61 IN 5D
SLOPER(OVER 20") $33.09 IN 5D
SLOPER SPRAYMAN $32.61 1 N 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $33.09 IN 5D
SPREADER(CONCRETE) $33.09 IN 5D
STAKE HOPPER $32.61 IN 5D
STOCKPILER $32.61 IN 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 IN 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D
TOOLROOM MAN(AT JOB SITE) $32.61 IN 5D
TOPPER-TAILER $32.61 IN 5D
TRACK LABORER $32.61 IN 5D
TRACK LINER(POWER) $33.09 IN 5D
TRUCK SPOTTER $32.61 IN 5D
TUGGER OPERATOR $33.09 IN 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $32.61 IN 5D
VIBRATOR $33.09 IN 5D
VINYL SEAMER $32.61 IN 5D
WELDER $32.61 IN 5D
WELL-POINT LABORER $33.09 IN 5D
Page 4
do
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
me Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
Yl GENERAL LABORER $32.61 IN 5D
PIPE LAYER $33.09 IN 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
(0, LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $39.63 1M 5D
irr MACHINISTS(HYDROELECTRIC SITE WORK)
MACHINIST $0.00 1
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
up, MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
10 PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
fmw WELDER $11.56 1
PAINTERS
JOURNEYLEVEL $30.76 2B 5A
PLASTERERS
to JOURNEY LEVEL $39.93 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $51.01 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $37.26 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.86 IT 5D 8L
BACKHOES, (75 HP&UNDER) $39.49 IT 5D 8L
BACKHOES, (OVER 75 HP) $39.88 IT 5D 8L
No BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L
BOBCAT(SKID STEER) $37.26 IT 5D 8L
r BROOMS $37.26 IT 5D 8L
BUMP CUTTER $39.88 IT 5D 8L
CABLEWAYS $40.34 IT 5D 8L
CHIPPER $39.88 IT 5D 8L
to COMPRESSORS $37.26 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L
CONCRETE PUMPS $39.49 IT 5D 8L
Page 5
rrr
wo
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 IT 5D 8L
CONVEYORS $39.49 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $39.49 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $39.88 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $40.34 IT 5D 8L
JIB WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.86 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM (INCLUDING JIB $41.40 IT 50 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $37.26 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $39.49 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.92 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.88 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $40.34 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.86 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $40.86 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $41.40 IT 5D 8L
CRUSHERS $39.88 IT 5D 8L
DECK ENGINEERIDECK WINCHES(POWER) $39.88 IT 5D 8L
DERRICK,BUILDING $40.34 IT 5D 8L
DOZERS,D-9&UNDER $39.49 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $39.49 IT 5D 8L
DRILLING MACHINE $39.88 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $37.26 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $39.49 IT 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $37.26 IT 5D 8L
GRADE ENGINEER $39.49 IT 5D 8L
GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L
GUARDRAIL PUNCH $39.88 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $39.49 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $39.88 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $37.26 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $39.49 IT 5D 8L
LOADERS,OVERHEAD(6 YO UP TO 8 YD) $40.34 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $40.86 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.88 IT 5D 8L
LOCOMOTIVES,ALL $39.88 IT 5D 8L
MECHANICS,ALL $40.34 IT 5D 8L
MIXERS,ASPHALT PLANT $39.88 IT 50 8L
MOTOR PATROL GRADER(FINISHING) $39.88 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $39.49 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $40.34 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $37.26 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $39.49 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $37.26 IT 5D 8L
Page 6
1x11
KING COUNTY
so, Effective 03-03-05
(See Benefit Code Key)
aw Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
POWER PLANT $37.26 IT 5D 8L
to, PUMPS,WATER $37.26 IT 5D 8L
QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L
EQUIP
so' RIGGER AND BELLMAN $37.26 IT 5D 8L
ROLLAGON $40.34 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $37.26 IT 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $39.49 IT 5D 8L
rrr ROTO-MILL,ROTO-GRINDER $39.88 IT 5D 8L
SAWS,CONCRETE $39.49 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $39.49 IT 5D 8L
rr SCREED MAN $39.88 IT 5D 8L
SHOTCRETE GUNITE $37.26 IT 5D 8L
SLIPFORM PAVERS $40.34 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.88 IT 5D 8L
As SUBGRADE TRIMMER $39.88 IT 5D 8L
TOWER BUCKET ELEVATORS $39.49 IT 5D 8L
TRACTORS,(75 HP&UNDER) $39.49 IT 5D 8L
TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L
qw TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L
TRENCHING MACHINES $39.49 IT 5D 8L
TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $39.49 IT 5D 8L
jo TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L
YO YO PAY DOZER $39.88 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
r SPRAY PERSON $31.34 4A 5A
TREE EQUIPMENT OPERATOR $31.76 4A 5A
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $48.21 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
we JOURNEY LEVEL $39.44 11 5B
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
Page 7
rir
1
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $26.84 2E 5G ilrf
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.12 1 p
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1 1Wi1
RESIDENTIAL REFRIGERATION&AIR CONDITIONING
JOURNEY LEVEL $48.21 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $26.76 1B 5C
RESIDENTIALTERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $37.03 1H 5A
ROOFERS
JOURNEY LEVEL $35.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $38.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $46.74 11 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $23.36 1
SIGN MAKER $0.00 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $49.19 1B 5C 1
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.31 2B 5A
HOLE DIGGER/GROUND PERSON $15.92 2B 5A
INSTALLER(REPAIRER) $27.16 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A
SPECIAL APPARATUS INSTALLER II $27.74 2B 5A
Page 8
1
KING COUNTY
aw Effective 03-03-05
*****************************************************************************************************************
(See Benefit Code Key)
so Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.31 213 5A
err TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.34 2B 5A
TELEVISION GROUND PERSON $15.12 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.05 26 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A
°1w TELEVISION TECHNICIAN $21.45 2B 5A
TREE TRIMMER $26.34 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $37.03 1H 5A
No TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $30.86 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 1K 5A
to TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $36.89 1T 5D 8L
go DUMP TRUCK&TRAILER $37.47 1T 5D 8L
OTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
>o IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
tiwt
rr�
yew
ixM
rar Page 9
ow
'Am
BENEFIT CODE KEY-EFFECTIVE 03-03-05
No OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
i� WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
IM B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALI
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
+rr
D. THE FIRST EIGHT(8)HOURS ON SATURDAYS OF A FIVE-EIGHT HOUR WORK WEEK AND THE FIRST EIGHT(8)
HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)
NIM HOURS PER DAY ON SATURDAY;ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR-TEN HOUR SCHEDULE;ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY
MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
rirr
E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE.ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON
ow SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
'1w HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH
SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
No H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
iwr
I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK
PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A
HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS
irr EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY.
J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON SATURDAY,AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
trr
L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
aw N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
lr
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-2-
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
f
1. T. ALL HOURS WORKED ON SATURDAYS,EXCEPT MAKE-UP DAYS,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY
RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. W
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. rl1
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE. if
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING
HOLIDAY PAY.
H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY
PAY.
I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO MW
THE HOLIDAY PAY.
BENEFIT CODE KEY-EFFECTIVE 03-03-05
40
-3-
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
wr 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT
No DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
so
HOLIDAY CODES
iwr 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
10 AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
wr
D. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS
DAY(9).
G. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
do
I. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND
CHRISTMAS DAY(6).
low N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
0. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY,
go THANKSGIVING DAY,AND CHRISTMAS DAY(6).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
to Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
so R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 I/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
io THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS
-NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY,
wir THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
rr
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-4-
Z. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, so
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY.(9)
C. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9). Ifi
D. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9). ilfil
6. H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERAN'S DAY
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_
PRESIDENTS'DAY.
S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
T. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,
LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9). rl
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE(10).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS
DAY,DAY BEFORE CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,
MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11).
wl
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-S 1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO 1i
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET IW
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
wj
BENEFIT CODE KEY—EFFECTIVE 03-03-05
,m —5—
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
rr
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,
LEVEL B:$0.50, AND LEVEL C:$0.25.
Ift M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,LEVEL
B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
wr
1r
rrr
irr
err
wr
qY
wr
ar
lw
ENVIRONMENTAL
REGULATION LISTING
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
rtr
In accordance with the provisions of Chapter 62, Laws of 1973, H. B_ 621, the Contract or shall
secure any permits or licenses required by, and comply fully with all provisions of the following
laws, ordinances,and resolutions:
King County Ordinance No. 1527 requires Building and Land Development Division and
Hydraulics Division review of grading and filling permits and unclassified use permits in flood
hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into
project design standards to be incorporated into project design by Engineering Services. Review by
Hydraulics Division.
King County Ordinance No 800 No. 900 No. 1006 and Resolution No. 8778, No. 24553, No.
24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
,m contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean
Air Act,R.C.W. 70.94.
rr
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information conceming these emissions from his
- operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
protection of wildlife,birds, game, fish, and other aquatic Iife, and the industrial development of the
state, and to that end require the use of all known available and reasonable methods by industries
and others to prevent and control the pollution of the waters of the State of Washington. It is
ala unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000 1day for each violation.
�r
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
air
spreads on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
fire conditions.
rr!
ra
H:\DTVISION.S\UTILrM.SNWATER\RICK\Springbrook Springs\BIDSPEC.DOGbh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards, instruction or agricultural operations.
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and
burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the rti
clearing or cutting progresses, or at such other times as the department may specify, and in
compliance with the law requiring burning permits.
R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from
borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and
inspection of operations. ]
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and
burning. ad
U.S.ARMY CORPS OF ENGINEERS
Section I of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps
of Engineers to issue permits to any persons or corporation desiring to improve any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied
if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U.S. Attorney and share a portion of the fine.
wi
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION i
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
acquired by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping,
quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
H:\DIVISION.S\UTII_rTIE.S\IVATER\RICK\Sprin.-brook Springs\BIDSPEC.DOMh
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County
Department of Public Works will obtain.)
W
WASHINGTON STATE DEPARTMENT OF ECOLOGY
Vu W.A.C. 173-220: Requires a National Pollutant Discharge EIimination System (NPDES) permit
before discharge of pollutants from a point source into the navigable waters of the State of
Washington.
00
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or
ground water (such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity). -
W.A.C. 508-12-100: Requires permit to use surface water.
wr
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department
of Ecology whenever it is desired to change the purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
W.A.C. 508-12-220: Requires permit to use ground water.
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
iwrr
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation (false work design,etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
ON R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
lift R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone,
and earth from borrow pits).
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department
of Public Works will obtain.)
err
H:\DIVISION.SIUTII.TrIE.S\WATERNRICK1Springbrook Springs\BIDSPEC.DOCIM
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010 52.28.020 52.28.030 52.28.040 52.28.050: Provides authority for,
requirements of, and penalties for failure to secure a fire permit for building an open fire within a
fire protection district_
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and
General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of
bridge on navigable waters (King County Department of Public Works will obtain). King County
Department of Public Works will comply with pertinent sections of the following laws while
securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National
Environmental Policy Act of 1969,Water Quality Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor
should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor
fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from
becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chester Ic, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures having fewer than five(5)dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works,900 King County Administration Building, Seattle,WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
All permits will be available at construction site.
rw
44
H:\DIVISION.S\UT LnU.SIWATER\RICK\Springbrook SpringsTIDSPEC.DOCthh
tll
City of Renton
SUPPLEMENTAL
SPECIFICATIONS
for the
1997
Standard Specifications
for Road, Bridge,
and Municipal Construction
Adopted May 19, 1997
Aft
Washington State Department of Transportation
`„
American Public Works Association Washington State Chapter
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton
Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work
performed as an extension, betterment or addition to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
'� The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English)" published by the Washington State Department of Transportation and the American Public
Works Association, Washington Chapter.
00
WSDOT Amendments
WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT.
it The included Index to Amendments lists all amendments received and acknowledged by the time of publication of
this document. These Amendments shall be considered a part of the Standard Specifications.
Standard Plans
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as
published by the Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, adopted by the City of Renton, and bound together with those standard plans
created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition
(Adopted, Replaced, or Deleted) of all original pages.
Supplemental Specifications
The City of Renton Supplemental Specifications is a compilation of the revisions made to the original
WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used
together with the original document(s).
Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original
(WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. (This 1s loll°°44 All replacement text or text being added is shown as underlined
tyke. Sections being deleted in their entirety are so stated and not shown. When a section is described as being I
revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions.
wIw When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
+w the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard
Specifications.
,r„ (SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project-specific plans, special provisions or other documents officially approved by the City of Renton.
r All work within the public right-of-way performed by other agencies or private parties working under per
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party.
Page-RS-i
Revision Date:May 19,1997
40
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i
Division1 General Requirements........................................................................................................... 1
1-01 Definitions and Terms..................................................................................................... 1
1-02 Bid Procedures and Conditions.......................................................................................... 2
1-03 Award and Execution of Contract......................................................................................2
r1-04 Scope of the Work.......................................................................................................... 3
1-05 Control of Work............................................................................................................3
1-06 Control of Material.........................................................................................................7
1-07 Legal Relations and Responsibilities to the Public.................................................................12
1-08 Prosecution and Progress................................................................................................
1-09 Measurement and Payment..............................................................................................14
1-10 Temporary Traffic Control..............................................................................................18
1-11 Renton Surveying Standards............................................................................................19
Division2 Earthwork.........................................................................................................................22
2-02 Removal of Structures and Obstructions.............................................................................22
i2-03 Roadway Excavation and Embankment..............................................................................22
2-04 Haul...........................................................................................................................23
2-06 Subgrade Preparation ....................................................................................................23
2-09 Structure Excavation......................................................................................................23
�r►
Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25
3 No supplemental specifications were necessary ........................................................................25
Division 4 Bases "'25
.............................................................................................................................
4 No supplemental specifications were necessary.........................................................................25
evDivision 5 Surface Treatments and Pavements..........................................................................................26
5-04 Asphalt Concrete Pavement.............................................................................................26
Division6 Structures..........................................................................................................................29
6-12 Rockeries ............29
........................................................................ .......
Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers,Water Mains,and Conduits.............................30
W7-01 Drains........................................................................................................................30
7-02 Culverts.....................................................................................................................30
7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30
7-04 Storm Sewers..............................................................................................................30
7-05 Manholes,Inlets,and Catch Basins..................................................................................31
7-08 General Pipe Installation Requirements.............................................................................32
7-10 Trench Exc.,Bedding, and Backfill for Water Mains............................................................34
7-11 Pipe Installation for Water Mains ....................................................................................37
7-12 Valves for Water Mains.................................................................................................38
7-14 Hydrants....................................................................................................................39
7-15 Service Connections......................................................................................................39
7-17 Sanitary Sewers...........................................................................................................
Division8 Miscellaneous Construction.....................................................................................................40
8-09 Raised Pavement Markers...............................................................................................40
8-10 Guide Posts..................................................................................................................40
8-13 Monument Cases...........................................................................................................40
8-14 Cement Concrete Sidewalks.............................................................................................40
8-17 Impact Attenuator Systems..............................................................................................41
8-20 Illumination,Traffic Signal Systems, and Electrical..............................................................41
8-22 Pavement Marking........................................................................................................47
8-23 Temporary Pavement Markings........................................................................................48
yr
Page-RS-ii
Revision Date:May 19, 1997
Division9 Materials...........................................................................................................................49
9-00 Definitions and Tests......................................................................................................49
9-02 Bituminous Materials.....................................................................................................49
9-04 Joint and Crack Sealing Materials.....................................................................................50
9-05 Drainage Structures, Culverts, and Conduits.......................................................................50
9-06 Structural Steel and Related Materials ..............................................................................51
9-08 Paints.........................................................................................................................51
9-23 Concrete Curing Materials and Admixtures.........................................................................52 ,
9-29 Illumination, Signals,Electrical........................................................................................52
9-30 Water Distribution Materials...........................................................................................58
INDEX TO WSDOT AMENDMENTS ......................................................................................................60
WSDOT AMENDMENTS......................................................................................................60
n
ris
=yi
40
x
T
Page-RS-iii
Revision Date:May 19, 1997
1-01 Definitions and Terms 1-01 Definitions and Terms
Department shall also refer to the Department of f
D1V1S10n 1 Planning/Building/Public Works Administrator. I
Special Provisions(RC)
General Requirements Modifications to the
standard specifications
and supplemental specifications that apply to an
individual project. The special provisions may describe work the
1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply. The
SECTION 1-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
prices.
1-01.1 General (RC) State(RC)
Whenever reference is made to the State, Commission, The state of Washington acting through its representatives.
Department of Transportation Secretary of Transportation, The State shall also refer to The City of Renton and its authorized
Owner Contracting Agency or Engineer, such reference shall be representatives where applicable.
deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA)
employees and duly authorized representatives for all contracts The component parts of the contract which may include, but
administered by the City of Renton. are not limited to the Proposal Form the Contract Form, bonds,
insurance certificates various other certifications and affidavit, the
SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions the Contract Plans Working Drawings, the
THE FOLLOWING: Standard Specifications the Standard Plans, Addendum, and
Change Orders.
1-01.3 Definitions(RC, APWA) Dates(APWA)
Act of god(RC) Bid Opening Date(APWA)
"Act of God" means an earthquake flood cyclone or other The date on which the Contracting Agency publicly opens and
cataclysmic phenomenon of nature. A rain windstorm, high water reads the bids.
W or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC)
locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to
from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work.
be construed as an act of god. Contract Execution Date (APWA)
to Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to
The Contracting Agency's design consultant who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APWA)
Agency. The date stated in the Notice to Proceed on which the Contract
1W Da RC time begins.
Unless otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC)
Documents shall be understood to mean working days. The date by which the work is contractually required to be
Or Equal (RC) completed The Contract Completion Date will be stated in the
401 Where the term "or equal" is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized in
Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer, shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Final Acceptance Date(APWA, RC)
The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work
demonstrations or other information required to obtain the as complete per contract requirements.
approval of alternative materials or processes by the Owner shall Material(APWA)
lttr be entirely borne by the Contractor. Any substance specified for use in the construction of the
Owner (RC) project and its appurtenances which enters into and forms a part of
The City of Renton or its authorized representative. Also the finished structure or improvement and is capable of being so
referred to as Contracting Agency. used and is furnished for that purpose.
4W Plans(RC) Materialman(APWA)
The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material,
character, and dimensions of prescribed work including layouts, supply commodity equipment or manufactured or fabricated
profiles,cross-sections,and other details. product and does not perform labor at the Protect Site; a supplier.
iar Drawings may either be bound in the same book as_the Notice of Award (APWA)
balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the
are a pan of the Contract Documents regardless of the method of successful Bidder signifying the Contracting Agency's acceptance
binding. of the Bid.
The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA)
generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer
. with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to
ow City of Renton Standard Plans. proceed with the Work and establishing the date on which the
Secretary, Secretary of Transportation(RC) Contract Time begins.
The chief executive officer of the Department and other I
authorized representatives. The chief executive officer to the
AW
Page-SP-1
Revision Date:May 19, 1997
r
1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of
SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a
waiver by the submitting vendor of any claim that such materials Mlr
FOLLOWING: are, in fact,so exempt.
1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience, financing, FOLLOWING:
equipment, and organization to do the work called for in the
Contract Documents. The Contracting Agency reserves the right to 1-02.12 Public Opening of Proposals (APWA)
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the
the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by
include a pre qualification procedure prior to the Bidder being addenda.
furnished a proposal form on any contract or a preaward survey of
the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS:
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RC)
FOLLOWING: a. The bidder is not prequalified when so required;
1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I 1i
Information as to where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA)
the Contracting Agency's official newspaper.
3. A bidder is not pr4quatified for the work or to the full
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid;
SENTENCE I, PARAGRAPH I TO READ.
1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS.
sample test data, and geotechnical report s accumulated by the
Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APWA)
bidders. The total of extensions, corrected where necessary, and
SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the
FOLLOWING: Contracting Agency for award purposes and to fix the amount of 40
the contract bond.
1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices.
The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids
Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to
the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its
Deductives, or Alternates set forth in the Proposal Forms unless discretion.
otherwise specified in the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE
SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 1-03.2 Award of Contract (RC)
1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring
All prices shall be in legible figures and(not-words3 written in execution, together with a list of all other forms or documents
ink or typed. The proposal shall include: required to be submitted by the successful bidder, will be
1. A unit price for each item (omitting digits more than four forwarded to the successful bidder within 10 days of the award.
places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be
be written in words; where a conflict arises the written words shall determined by the Contracting Agency.
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION I-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS. 40
SECTION. 1-03.3 Execution of Contract (APWA, RC)
1-02.6(1) Proprietary Information (RC) Within 29 10 calendar days after receipt from the City of the
Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the
material(s) which constitute "(valuable) formula, designs, Contractor, the successful bidder shall return the
drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond 44
be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 29 10 calendar days after the award
Page-SP-2
Revision Date.May 19, 1997
riY
1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may grant up to a maximum of 29 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
additional calendar days for return of the documents, provided the FOLLOWING:
Contracting Agency deems the circumstances warrant it.
11* The Contracting Agency is prohibited by RCW 39.06.010 1-04.4 Changes (RC)
from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state. In addition, the reduction alternatives but will evaluate such proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis.
W Contracting Agency to possess.a valid City of Renton business
SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
license prior to award.
When the Bid Form provides spaces for a business Iicense 1-04.11 Final Cleanup (RC)
number, a Washington State Contractors registration number, or
am both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from
provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be
Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
W Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered
information and evaluation activities. incidental to the project and no compensation will be made.
SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE The contract price for "Finish and Cleanup, lump sum," shall
FOLLOWING TO THE FIRST PARAGRAPH: be full compensation for all work, equipment and materials
required to perform final cleanup. If this pay item does not appear
1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
5 Be accompanied by a power of attorney for the Surety's compensation shall be made.
4W officer empowered to sign the bond.
7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work
sign official statements (sole proprietor or partner). If the
Contractor is a corporation the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS.
president or vice-president unless accompanied by written proof of
the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC)
corporation(i.e., corporate resolution power of attorney or a letter
to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings
as required for the performance of the work. The drawings shall be
1-�4 Scope of the Work on sheets measuring '14 by 3b 22 by 34 inches or on sheets with
P dimensions in multiples of 8-112 by 11 inches.
SECTION I-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
1-04.1 Intent of the Contract C1 1-05.4 Conformity with and Deviations from Plans
wr (R and Stakes (RC)
The Contractor is encouraged to provide to the Engineer prior
to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the
to date The Engineer's calculations and decisions shall be final to Contractor shall provide all required survey work, including such
regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,-1-11 and elsewhere
accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer.
method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY
the specifications. THE FOLLOWING:
SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC)
1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the
Special Provisions Specifications, and Addenda Contractor shall provide all required survey work, including such
(RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-11 and elsewhere
Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs
for this survey work shall be included in "Contractor Supplied
by following this order of precedence (e.g., 1 presiding over 2, 3, Surveying,"per lump sum.
4,5,6,and 7; 2 presiding over 3,4, 5, 6, and 7; and so forth):
1. Addenda 1-05.5(1) General (APWA, RC)
2. Proposal Form
AN 3. Special Provisions The Engineer or Contractor supplied surveyor will provide
4. Contract Plans construction stakes and marks establishing lines, slopes, and grades
5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform
6. Supplemental Specifications. such work per Section 1-11. The Contractor shall assume full
7. Standard Plans responsibility for detailed dimensions, elevations, and excavation
6J. Standard Specifications slopes measured from the Engineer or Contractor supplied
surveyor furnished stakes and marks.
t�rr
Page-SP-3
_> Revision Date:May 19, 1997
MW
1-05 Control of Work 1-05 Control of Work
The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade
prepared to permit construction staking to proceed in a safe and before offset hubs are set.
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA) ail
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls the
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an
Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a
monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field 40
carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan
charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to
monumentation that were not to be disturbed but were destroyed or complete the structure, except the following primary survey control
damaged by the Contractor's operations. This charge will be which will be provided by the Engineer:
deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure.
Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines.
of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable
Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances.
control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the
satisfactory substantiating evidence to prove the error is furnished Drawings.
the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls
the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper
line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control
reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for any error in alignment or grade. following tolerances:
The Contractor shall provide all surveys required other than 1. Stationing +.01 foot
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations)
of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations) +
The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make
standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey
1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities.
performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close
and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate
shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated.
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying(RC)
If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied
the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required
Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under
the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by
survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in
monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11. ilk
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in
Contractor shall be included in the prices bid for the various items Writing of any errors,discrepancies, and omissions to the plans that
which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the
"Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors,
included in the contracts. discrepancies, and omissions must be corrected to the satisfaction
of the Engineer before the survey work may be continued.
1-05.5(2) Roadway and Utility Surveys(APWA) The Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the
lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points
completion of the Work. These shall generally consist of one initial before physically removing them.
set of: The surveyor shall be responsible for maintaining As-Built
1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built
3. Centerline finish grade stakes for pavement sections records for the project. Ali
wider than 25 feet,and If the Contractor and Surveyor fail to provide, as directed by
4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As-
utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the
max interval). Engineer may elect to provide at Contractor expense, a surveyor to
On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor.
Page-SP-4
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
complete the project and as-built drawings-shall be included in the additional remedy or damages with respect to the Contractor's
lump sum price for "Contractor Supplied Surveying." failure to perform the Work as required.
1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE
(RC) FOLLOWING:
It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA,RC)
prior to the backfilling of the trenches by centerline station, offset,
and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by
crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is
discovered the Contractor shall promptly, upon written order by
It shall be the contractors responsibility to have his surveyor -
locate by centerline station offset and elevation each major item of the Contracting Agency, return and in accordance with the
work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work, or if such Work
11 Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Proiect Site
Manholes Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without
Horizontal Bends Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not
Lights & Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and
No Vaults Culverts Signal Poles, Electrical Cabinets. unauthorized Work or if an emergency exists, the Contracting
After the completion of the work covered by this contract,the Agency reserves the right to have defective and unauthorized Work
contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8
field book(s) containing the as-built notes and one set of white -Owner's Right to Correct Defective and Unauthorized Work."
V prints of the project drawings upon which he bas plotted the notes The Contractor agrees the above one year limitation shall not
of the contractor locating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under any law
prints of the project drawings upon which he has plotted the as- to obtain damages and recover costs resulting from defective and
built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the
klr► expiration of the legal time period set forth in RCW 4.16.040
This drawing shall bear the surveyors seal and signature certifying
it's accuracy. limiting actions upon a contract in writing, or liability expressed or
All costs for as-built work shall be included in the contract implied arising out of a written agreement.
item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials,
supplies and equipment purchased for or incorporated in the
THE VACANT SECTION 1-05.8 IS REPLACED BY.• Work Nothing contained in this paragraph, however, shall defeat
1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to
recover under any bond given by the Contractor for their
Defective and Unauthorized Work (APWA) protection or any rights under any law permitting such persons to
If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting
work within the time specified in a written notice from the Agency.
+w Engineer, or fails to perform any part of the Work quired re by the The provisions of this paragraph
shall be inserted in all
Contract Documents the Engineer may correct and remedy such subcontracts and material contracts and notice of its provisions
work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work
the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials.
rr
Agency forces. Section 1-05.11 is deleted and the first two sentences of the
If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the
remedy what the Engineer determines to be an emergency following-
sit tion the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA)
Work corrected immediately, have the rejected Work removed and
replaced or have Work the Contractor refuses to perform
completed by using Contracting Agency or other forces. An 1-05.11(l) Substantial Completion Date (APWA)
emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially
Engineer, a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify the Engineer and request
might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be
Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be
*0 attributable to correcting and remedying defective or unauthorized met:
Work or Work the Contractor failed or refused to perform, shall 1 The Contracting Agency must have full and unrestricted
be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities both from the operational and
Engineer from monies due or to become due the Contractor. Such safety standpoint.
direct and indirect costs shall include in particular, but without 2 Only minor incidental work, replacement of temporary
limitation compensation for additional professional services substitute facilities or correction or repair work remains to reach
required and costs for repair and replacement of work of others physical completion of the work.
destroyed or damaged by correction removal, or replacement of The Contractor's request shall list the specific items of work
the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to
No adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
Aw attributable to the exercise of the Contracting Agency's rights
Page-SP-5
Revision Date:May 19, 1997
ow
1-05 Control of Work 1-05 Control of Work
If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer
intended use, the Engineer, by written notice to the Contractor The costs for power, gas, labor, material supplies and
will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing IIIt
the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system
ready for its intended use, the Engineer will, by written notice so being tested, unless Specifically set forth otherwise in the Bid
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer,
substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract.
interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE nd
Completion. The Contractor shall provide the Engineer with a FOLLOWING:
revised schedule indicating when the Contractor expects to reach
substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA)
The above process shall be repeated until the Engineer
establishes the Substantial Completion Date and the Contractor The Contractor must perform all the obligations under the X111
considers the work physically complete and ready for Final Contract before the Completion Date can be established A
Certificate of Completion for the Work issued by the Contracting
Inspection. Agency will establish the Completion Date and certify the Work as
1-05.11(2) Final Inspection Date (APWA)
complete. The Final Contract Price may then be calculated The
When the Contractor considers the Work physically complete following must occur before the Completion Date can be
and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated:
shall request the Engineer to schedule a final inspection. The
1. The physical work on the project must be complete
Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required
Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law, necessary to allow the
notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete.
Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work signed by the
Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work The
necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute
be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material.
physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's
continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency
been corrected. from unilaterally certifying the Contract complete so the Engineer
If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9
7 days after receipt of the Written Notice listing the deficiencies SECTION I-05.13 IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ:
whatever steps are necessary to correct those deficiencies pursuant
to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of
Upon correction of all deficiencies, the Engineer will notify Contractor (APWA)
the Contractor and the Contracting Agency, in writing, of the date
upon which the Work was considered physically complete. That Whenever the Contracting Agency evaluates the Contractor's
date shall constitute the Physical completion date of the Contract, pfequalification pursuant to Section 1-02.1,the Contracting Agency
but shall not imply all the obligations of the Contractor under the will take these performance
Contract have been fulfilled. there reports into account.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS:
It is the intent of the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA)
the Work involves the installation of machinery or other The Contractor shall make necessary arrangements and shall
mechanical equipment; street lighting, electrical distribution or
signal systems; buildings; or other similar work it may be desirable bear the costs for power and water necessary for the performance
for the Engineer to have the Contractor operate and test the Work of the Work.
for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA)
Completion Date. Whenever items of work are listed in the
Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer, agent, or
under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after
their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or
and following the test period, the Contractor shall correct any items
obligations contained in any of the documents comprising the
of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered
that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the
controls, meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing.
during this period, shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed. The Physical
+
Page-SP-6
Revision Date:May 19, 1997
ttllr
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
s�
1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax
liability.
SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the
aw FOLLOWING: unit bid prices or other contract amounts. In some cases, however,
state retail sales tax will not be included. Section 1-07.2(3)
1-06.2(2) Statistical Evaluation of Materials for describes this exception.
Acceptance The Contracting Agency will pay the retained percentage only
W UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State
PROVISIONS STATISTICAL EVALUATION WILL NOT BE Department of Revenue a certificate showing that all contract-
related taxes have been paid (RCW 60.28.050). The Contracting
USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any
AW amount the Contractor may owe the Washington State Department
1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or
the Public not. Any amount so deducted will be paid into the proper State
fund.
SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA)
FOLLOWING: WAC 458-20-171, and its related rules, apply to building,
1-07.1 Laws to be Observed (APWA) repairing, or improving streets;roads, etc., which are owned by a
municipal corporation, or political subdivision of the state, or by
The Contractor shall indemnify, defend,and save harmless the the United States, and which are used primarily for foot or
Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems
employees) against any claims that may arise because the within and included as a part of the street or road drainage system
Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system.
materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include
In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item
iW more stringent regulation shall apply. prices or other contract amounts, including those that the
The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or
shall be the sole and paramount administrative agency responsible supplies used or consumed in doing the work.
for the administration of the provisions of the Washington
ow Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170(APWA)
The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the
other well known place at the Project Site all articles necessary for constructing and repairing of new or existing buildings, or other
providing first aid to the injured. The Contractor shall establish, structures upon real property. This includes, but is not limited to,
publish and make known to all employees procedures for ensuring the construction of streets roads, highways, etc., owned by the
immediate removal to a hospital or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary
including employees who may have been injured on the Project sewers and sewage disposal systems unless such sewers and
Site Employees should not be permitted to work on the Project disposal systems are within and a part of,a street or road drainage
Site before the Contractor has established and made known system; telephone telegraph electrical power distribution lines, or
procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such
doctor's care. power lines become a part of a street or road lighting system; and
rrw The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in
efficiency,and adequacy of the Contractor's plant, appliances,and or to real property, whether or not such personal property becomes
methods and for any damage or injury resulting from their failure, a part of the realty by virtue of installation.
or improper maintenance use or operation. The Contractor shall For work performed in such cases, the Contractor shall collect
be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract
Project Site including safety for all persons and property in the price The Contracting Agency will automatically add this sales
performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the
continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item
required or implied duty of the Engineer to conduct construction prices or in any other contract amount subject to Rule 170, with
review of the Contractor's performance does not, and shall not, be the following exception.
intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
measures in, on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the
SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools machinery, equipment, or consumable
FOLLOWING: supplies not integrated into the project. Such sales taxes shall be
included in the unit Bid Item prices or in any other contract
w 1-07.2 State Sales Tax(APWA) amount.
1-07.2(4) Services(APWA)
1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax from the
1W The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or
special rules on the state sales tax. Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules
07.2(4) are meant to clarify those toles. The Contractor should 138 and 224).
contact the Washington State Department of Revenue for answers
,hw to questions in this area. The Contracting Agency will not adjust
Page-SP-7
Revision Date:May 19, 1997
irr
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over background turbidity when
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less or have more than a 10
percent increase in turbidity when the background turbidity is more
1-07.5(2) State Department of Fish and Wildlife" percent
50 NTU; for other classes of waters, refer to WAC 173-201-
(APWA, SA) 045.
If the work in (1) through (3) above differs little from what The term turbidity means the optical property of sample
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by
l i as expressed in Nephelometric Turbidity Units
material for it at unit contract prices. But if contract items do not cover suspended
those areas, the Contracting Agency will pay pursuant to Section I- and measured with a calibrated turbidimeter.
09.4.
Discharges to a State waterway caused by aggregate washing
;I'he to GoAtr-aGt Pay iwms drainage from aggregate pit sites, and stockpiles or dewatering of
pits and excavations shall not increase the existing turbidity of the
receiving waters.
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Proiect Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may
be removed by the use of lagoons or holding ponds settling basins
1-07.11(11) City of Renton Affidavit of Compliance overflow weir, polymer water treatment discharging to ground
�C) surface, by percolation, evaporation or by passing through gravel
Each Contractor, Subcontractor, Consultant, and or Supplier sand or fiber filters.
shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be
Practices Policy Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent
document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will
be defined in the Special Provisions. Plastic sheet covering shall be
placed over exposed ground areas to protect from rain erosion.
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS. Other alternative methods for erosion control under certain
1-07.13(l) General (RC) situations may include netting,mulching with binder, and seeding.
Should rutting and erosion occur the Contractor shall be +ill
During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded
contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins manholes and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains streams or State
constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced
to overcome them. chemically with a reducing agent such as sodium thiosulphate.
Water shall be periodically tested for chlorine residual.
SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing- Water used for
REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm
SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum
AGENCY." products, fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may be
SECTION 1-07.15 IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground #10,
FOLLOWS: for percolation. A recirculation system for detergent washing is
recommended. Steam cleaning units shall provide a device for oil
1-07.15 Temporary Water Pollution Erosion Control separation.
(APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and
If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place adjacent to
waterways. The storage shall be made in dike tanks and barrels
orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and
measured and paid for pursuant to Section 1.1x9,41-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be W
the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only
Control.: during daylight hours unless the dispensing area is properly lighted.
If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills.
Pollution/Erosion Control" then all labor, materials, tools and -
Fencing shall be provided around oil storage. Locks shall be
equipment used to complete the work shall be considered incidental provided on valves,pumps,and tanks.
to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered and repair
shall be made. or relocation work is required, the Contractor shall provide
In addition to other requirements in the Contract Documents
blocking and sealing of the sanitary sewer line. Sanitary sewer flow
this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or
following water quality considerations: pumped directly to a sanitary system manhole for discharge. The
1. Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without '
Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In
discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions; for Class AA and Class A Waters, ate
Page-SP-8
Revision Date:May 19, 1997
tW
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
Equipment and tools in contact with the above materials shall be immediately replace after the trench is backfilled, in their original
washed by pressure water lines and the attendant wash water position The contractor shall notify the Contracting Agency and
discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on
treatment plant. easements or rights-of--way.
Damage to existing structures outside of easement areas
1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity
SECTION I-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
FOLLOWING: better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
ow 1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the
The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
franchises required for the project. The contractor shall limit his D Streets. The contractor will assume all responsibility of
gyration to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him
v& property. if damaged.
The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material
indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor
with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency
X01' unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be
materials. paid by the contractor.
The contractor shall provide with no liability to the The contractor is responsible for identifying and
Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by
shown or described that may be required for temporary others Restoration of excavation in City streets shall be done in
construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration
all access roads detour roads or other temporary work as required Requirements which is available at the Public Works Department
by his operations The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal
storage of material and operation of his workers to those areas Building 200 Mill Avenue South.
shown and described and such additional areas as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING:
A. General. All construction work under this contract on
illlr easements right-of-way,over private property or franchise shall be 1-07.17 Utilities and Similar Facilities (APWA, RC)
confined to the limits of such easements right-of-way or franchise.
All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW
disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing
fir+ shall schedule his work so that trenches across easements shall not penalties the Contractor shall:
be left open during weekends or holidays and trenches shall not be 1 call the utilities underground location center for field
open for more than 48 hours. location of the utilities;
B Structures The contractor shall remove such existing Call Before You Dig
" structures as may be necessary for the performance of the work and,
if required shall rebuild the structures thus removed in as good a The 48 Hour Locators
condition as found He shall also repair all existing structures which
may be damaged as a result of the work under this contract. 1-800-424-5555
C. Easements. Cultivated areas and other surface
improvements All cultivated areas either agricultural or lawns,and and
other surface improvements which are damaged by actions of the 2 not begin excavation until all known underground
viii► contractor shall be restored as nearly as possible to their original facilities the vicinity of the proposed excavation have been
condition. located and marked.
Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing
way I the contractor shall strip top soil from the trench or facilities are in accordance with available information without
iV construction area and stockpile it in such a manner that it may be uncovering measuring or other verification. If a utility is known
replaced by him upon completion of construction. Ornamental or suspected of having underground facilities within the area of the
trees and shrubbery shall be carefully removed with the earth Proposed excavation and that utility is not a subscriber to the
surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give
No original positions within 48 hours. individual notice to that utility.
All shrubbery or trees destroyed or damaged, shall be If in the prosecution of the work it becomes necessary to
replaced by the contractor with material of equal quality at no interrupt existing surface drainage sewers underdrains, conduit,
additional cost to the Contracting Agency. In the event that it is utilities similar underground structures, or parts thereof, the
irr contractor shall be responsible for and shall take all necessary
necessary to wench through any lawn area, the sod shall be precautions to protect and provide temporary services for same.
carefully cut and rolled and replaced after the trenches have been The contractor shall at his own expense repair all damage to
backfilled The lawn area shall be cleaned by sweeping or other
such facilities or structures due to this construction operation to the
�r means,of all earth and debris. satisfaction of the City; except for City owned facilities which will
The contractor shall use rubber wheel equipment similar be repaired by the utility department at contractor's expense, or by
to the small tractor-type backhoes used by side sewer contractors for the contractor as directed by the City.
all work including excavation and backfill on easements or rights-
of-way which have lawn areas. All fences,markers,mail boxes,or
Page-SP-9
Revision Date:May 19, 1997
iiiir
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION I-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the
FOLLOWING: option of the City.
The Contractor shall obtain and maintain the minimum
1-07.18 Public Liability and Property Damage insurance coverage set forth below. By requiring such minimum
Insurance(RC) insurance, the City of Renton shall not be deemed or construed to
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that may be applicable to the Contractor.
following: The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader
SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage.
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis
effect, from the Contract Execution Date to the Completion Date, and include:
public liability and property damage insurance with an insurance • Premises and Operations (including CG2503• General
company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable).
Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards
The Contractor shall not begin work under the Contract until • Products/Completed Operations
the required insurance has been obtained and approved by the • Contractual Liability (including Amendatory
Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes
Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract)
Contracting Agency's consultant. The coverage shall protect • Broad Form Property Damage
against claims for bodily injuries, personal injuries, including • Independent Contractors
accidental death, as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contractor or the • Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all
either of them. • Owned Vehicles
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles +�►
City proof that insurance coverage and limits established under the • Hired Vehicles
term of the Contract for work are in full force and effect during the (3) Workers' Compensation
period of warranty work. • Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Labor&Industries Number
declaration pages(s)for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary)
required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and
of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as
with the requirements described herin will be considered a material primary.
'
breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this
the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural,
SECTION I-07.18(2)IS REPLACED WITH THE FOLLOWING. engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability
1-07.18(2) Coverages(RC) covering wrongful acts, errors and/or omissions of the
As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in
submit a completed City of Renton Insurance Information form the course of operations under this Contract. to
which details specific coverage and limits for this contract.
All coverage provided by the Contractor shall be in a form (6) The Contracting Agency reserves the right to request and/or
require additional coverages as may be appropriate based on
and underwritten by a company acceptable to the Contracting work performed(i.e. pollution liability).
Agency. The City requires that all insurers:
1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its
2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional
Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance{prior
proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request
to two(2)years after the completion of the project. copies of insurance policies, if at their sole discretion it is deemed
3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above
page(s) for each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other
4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY
A XII or better is preferred.) If any insurance carrier OF RENTON.
possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause.
exception. 3) Severability of Interest Clause(Cross Liability)
The City reserves the right to approve the security of the
insurance coverage provided by the insurance company(ies), terms, 4) Policy may not be non-renewed, canceled or materially
conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written
Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification
these requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail.
Page-SP-10
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the
07.18(3) 'LIMITS'WITH THE FOLLOWING: company, its agents or representatives".
1-07.18(3) Limits (RC) c. Amend the cancellation clause to state: "Policy may
LIMITS REQUIRED not be non-renewed, canceled or materially changed or
Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided
construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City
such limits The CONTRACTOR shall carry the following by certified mail.
limits of liability as required below:
For Professional Liability coverage only, instead of the
Commercial General Liability cancellation language specified above, the City will accept a
General Aggregate* $2,000,000** written agreement that the consultant's broker will provide the
ON Products/Completed Operations $2,000,000** required notification.
Aggregate
Each Occurrence Limit $1,000.000 SECTION 1-07.20 IS REVISED AS FOLLOWS:
Personal/Advertising Injury $1,000,Fire Damage(Any One Fire) $50, 1-07.20 Patented Devices,Materials, and Processes
000
Medical Payments(Any One Person) $5,000 A( PWA)
Stop Gap Liability $1•000• The Contractor shall assume all costs arising from the use of
* General Aggregate to apply per project
' (ISO Form CG2503 or equivalent) patented devices, materials, or processes used on or incorporated in
**Amount may vary based on proiect risk the work, and agrees to indemnify, defend, and save harmless
Automobile Liability The Contracting Agency, and their
Bodily Injury/Propem Damage $1.000,000 duly authorized agents and employees from all actions of any
(Each Accident) nature for, or on account of the use of any patented devices,
Workers'Compensation materials,or processes.
Statutory Benefits-Coverage A Variable
) SECTION I-07.2215 SUPPLEMENTED BY THE FOLLOWING:
(Show Washington Labor and Industries Numbe r
Umbrella Liability 1-07.22 Use of Explosives(APWA)
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the
Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required
1W Aggregate by the proper authorities. Explosives shall be handled and used in
Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and
Each Occurrence/Incident/Claim $1.000.000 regulations that may apply. The individual in charge of the blasting
<. Aggregate $2,0W,000 shall have a current Washington State Blaster Users License.
The Contractor shall obtain comply with, and pay for such
The City may require the CONTRACTOR to keep permits and costs as are necessary in conjunction with blasting
professional liability coverage in effect for up to two(2)years after operations.
completion of the project. When the use of explosives is necessary for the prosecution of
r The Contractor shall promptly advise the CITY OF RENTON
the Work the Contractor's insurance shall contain a special clause
in writing in the event any general aggregate or other aggregate permitting the blasting.
limits are reduced At their own expense the CONTRACTOR
will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE
CITY OF RENTON a new Certificate of Insurance showing such FOLLOWING PARAGRAPH
coverage is in force.
SECTION 1-0718(4) IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction Under Tlraffic (RC)
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and
INSURANCE': mud within the project limits and on any street which is
Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the protect•
shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks,
CONTRACTING AGENCY the following: power sweepers and other pieces of equipment as deemed
1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance.
herein)without modification.
Dust and mud control shall be considered as incidental to
2) Certificate of Insurance (Accord Form 25s or equivalent) the project and no compensation will be made for this
conforming to items as specified in Sections 1-07.18(1), 1- section.
0718(2) and 1-0718(3). as revised above. Other Complaints of dust mud or unsafe practices and/or
requirements are as follows:
propert y damage to private Ownership will be transmitted
a Strike the following or similar wording: "Thjs to the contractor and prompt action in correcting them will
Certificate is issued as a matter of information only be required by the contractor.
w"t 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
Aw
Page-SP-11
Revision Date:May 19, 1997
aw
1-08 Prosecution and Progress 1-08 Prosecution and Progress
SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL
FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR
1-07.24 Rights of Way (APWA)
"STATE"TO READ "CONTRACTING AGENCY."
Street right of way lines, limits of easements, and limits of SECTION 1-07.27 (APWA) IS REVISED BY CHANGING
ALL REFERENCES TO "STATE" OR "SECRETARY" TO
construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY."
Contractor's construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress
to Bid opening, all rights of way and easements both permanent
and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING.
brought to the Contractor's attention by a duly issued Addendum.
Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA)
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA)
obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies
property. Copies of the easement agreements are included in the of the Contract Documents. Additional documents may be
Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to
practical after they have been obtained by the Engineei. undertaking each part of the Work the Contractor shall carefully
Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify
prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field
Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to
where right of way, easements or rights of entry have not been the Engineer any conflict error or discrepancy which the
acquired until the Engineer certifies to the Contractor that the right Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has been executed but prior to the 4w►
received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will
part of the Contracting Agency in obtaining easements rights of be held between the Contractor, the Engineer and such other
entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the
extension of time. The Contractor agrees that such delay shall not preconstruction conference will be:
be a breach of contract. 1. To review the initial progress schedule-,
Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various
entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work;
private property where private improvements must be adjusted.. 3. To establish and review procedures for progress payment
The Contractor shall be responsible for providing without notifications,approvals, submittals etc.
expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work;
and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and
construction facilities, storage of materials or other Contractor 6. To discuss such other related items as may be pertinent to 40
needs. However, before using any private property, whether the Work.
adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private property owner, and meeting the following:
upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items; so
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and
reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Project Schedule.
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA)
permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account
restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number, address,and date of computing this percentage however, The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted
the Completion Date will be established. work on items the contract provisions specifically designates may
be first excluded from the Awarded Contract Price. >
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the
Engineer requests, the Contractor shall provide proof that the
subcontractor has the experience ability, and equipment the work
requires.Each subcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07.9 and to furnish all
certificates, submittals, and statements required by the Contract
Documents.
Along with the request to sublet the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
Page-SP-12
Revision Date:May 19, 1997
rill
1-08 Prosecution and Progress 1-08 Prosecution and Progress
use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7:00
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and
total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise
twr subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these
or structures, the following work may be performed by lower tier_ hours may be revoked at any time the Contractor exceeds the
subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are
I. Furnishing and driving of piling, or received from the public or adjoining property owners regarding
w 2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning steel. Except for the 25 percent Iimit, lower tier have no claim for damages or delays should such permission be
subcontractors shall meet the same requirements as revoked for these reasons.
AV subcontractors. Permission to work Saturdays, Sundays, holidays or other
The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday
the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set
and ability to perform the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions
00 1. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such
contract, assistants as the Engineer may deem necessary to be present during
2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting
the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting
3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the
the subcontractor, or Work performed on Saturdays and holidays as working days with
4. Convey to the subcontractor any rights against the regards to the Contract Time; and considering multiple work sbifts
Contracting Agency. as multiple working days with respect to Contract Time even
The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period.
(1) purchase of sand gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews;
concrete aggregates ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab;
structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the
materials supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence.
plants;or(2)delivery of these materials to the work site in vehicles
owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of
tw commercial hauling companies. Contracting Agency Employees (APWA)
However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday,
applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular
above in accordance with WAC 296-127. if this should occur, the working day, as defined in the Standard Specifications, such work
ow provisions of Section 1-07.9 as modified or supplemented, shall shall be considered as overtime work. On all such overtime work
apply. an inspector will be present, and a survey crew may be required at
The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
Disadvantaged Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus
00 that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required
service providers on the contract. This certification shall be to work overtime hours.
supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the Engineer. the Engineer to deduct such costs from the amount due or to
" If dissatisfied with any part of the subcontracted work, the become due the Contractor.
Engineer may request in writing that the subcontractor be removed. SECTION 1-08.4 IS DELETED AND REPLACED BY THE
The Contractor shall comply with this request at once and shall not FOLLOWING.
rr employ the subcontractor for any further work under the contract.
1-08.4 Notice to Proceed and Prosecution of the Work
1-08.1(3) Hours of Work(APWA) (APWA)
Except in the case of emergency or unless otherwise approved
by the Contracting Agency, the normal straight time working hours Notice to Proceed will be given after the contract has been
for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have
7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not
lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by
w hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction
preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to
the Work. Proceed Date. The Work thereafter shall be prosecuted diligently,
If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical
to Saturdays Sundays or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of
permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from
8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual obligation to complete the work within the
W" Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time.
on the working day prior to the day for which the Contractor is
requesting permission to work.
.ritr
Page-SP-13
Revision Date:May 19, 1997
iirrr
�trr.r
1-09 Measurement and Payment 1-09 Measurement and Payment
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.91S REVISED PER SECTION 1-05.11.
FOLLOWING:
1-08.10 Termination of Contract (APWA)
1-08.5 Time For Completion (Contract Time) (APWA,
RC) SECTION 1-08.10(1)IS SUPPLEMENTED BY REVISING ALL
The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF
the time specified in the Contract Documents or TRANSPORTATION" IN THE LAST SENTENCE as extended by the PARAGRAPHS TO READ "CONTRACTING AGENCY."
Engineer. The Contract Time will be stated in "working days"
shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION:
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment (RC)
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the
holidays: January 1, cho •"ird bdpnday—ef ianea;3,' the thi;d adequacy,efficiency,and sufficiency of his and his subcontractor's
Labor Memorial Day, July 4, Day, plant and equipment. The Owner shall have the right to make use
November 11, Thanksgiving Day, the day after Thanksgiving, and of the contractor's plant and equipment in the performance of any
Christmas Day. When The day before Christmas shall be a work on the site of the work.
holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be
day after Christmas shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly.
on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility,
occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's
observed as holidays. When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by
the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such
When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service
preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection
they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be
non-working day. The Contract Time has been established to allow provided keys for all fenced, secured areas. �F
for periods of normal inclement weather which, from historical
records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC)
which periods, work is anticipated to be performed. Each
successive working day, beginning with the Notice to Proceed Date The contractor shall give his personal attention to and shall
supervise the work to the end that it shall be prosecuted faithfully,
and ending with the Physical Completion Date, shall be charged to and when he is not personally present on the work site he shall at
the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent who shall
is designated a nonworking day or an Engineer determined have full authority to execute the same, and to supply materials
unworkable day. trWl
The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal
showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for
Contract Time for the preceding week• (2) the Contract Time in the faithful observance of any instructions delivered to him or to
working days; (3) the number of working days remaining in the his authorized representative. ,
Contract Time; (4) the number of nonworking days; and (5) any
partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE
elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING:
and the fifth day of the week in which a 4-10 shift is worked would
ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC)
week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the
Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is
The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of
of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be
discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets, delivered to the Inspector
report will be deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the
correct. Inspector will not be honored for payment.
The requirements for scheduling the Final Inspection and
Where items are specified to be paid by the ton, the following
establishing the Substantial Completion, Physical Completion, and system will be used:
Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers.
Duplicate tickets shall be prepared to accompany each
truckload of material delivered to the proiect. The tickets shall
bear at least the following information:
1. Truck Number. 4W
2. Truck tare weight(stamped at source).
3. Gross truck load weight in tons(stamped at source).
4. Net load weight (stamped at source).
5. Driver's name and date.
Page-SP-14
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
7. Pay item number. MATERIAL LABORATORY."
8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE
tin The Contractor shall submit a breakdown of costs for each FOLLOWING:
lump sum Bid Item. The breakdown shall list the items included in
the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA)
equipment for each item. The summation of the detailed unit
prices for each item shall add up to the lump sum Bid. The unit
price values may be used as a guideline for determining progress 1-09.9(1) Progress Payments (APWA)
payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand
changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A
be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the
Conference. preconstruction meeting.
Within 3 days after the progress estimate cutoff date (but not
SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the
go ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and
"ENGINEER." signed by the Contractor, covering the work completed prior to the
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE Progress estimate cutoff date. The Application for Payment shall be
Mw FOLLOWING: accompanied by documentation supporting the Contractor's
Application for Payment.
1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not
incorporated in the work, but delivered and stored at approved sites
Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment
Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other
of the Standard Specifications, will be the only items for which documentation warranting that the Contractor has received the
compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and
in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other
specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein.
but not in the Proposal Form, and Work for that item is performed The initial progress estimate will be made not later than 30
by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive
00 incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the
be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the
04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining
pursuant to a Change Order.
so The payment. The progress estimates are subject to change
The words"Bid Item," "Contract Item," and "Pay Item,"and at
any time prior to the calculation of the Final Payment per
similar terms used throughout the Contract Documents are Section 1-09.9(4).
synonymous. The value of the progress estimate will be the sum of the
ru If the "payment" clause in the Specifications relating to any following:
unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate
Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the
or material essential to the item, then the work or material will not Unit Price.
be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated
appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each
Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item.
changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of
rrr Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the
clause of any particular Section of the Specifications shall be Engineer.
considered as including all of the Work required, specified, or 4. Change Orders — entitlement for approved extra cost or
described in that particular Section. Payment items will generally completed extra work as determined by the Engineer.
tv be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the
bid form. When items are to be "furnished" under one payment progress estimate less:
item and "installed" under another payment item, such items shall 1. Five(5)percent for retained percentage.
be furnished FOB project site, or, if specified in the Special 2. The amount of Progress Payments previously made.
ow Provisions delivered to a designated site. Materials to be
3. Funds withheld by the Contracting Agency for
"furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents.
shall be the responsibility of the Contractor with regard to storage Progress payments for work performed shall not be evidence
4w until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting
are not to be incorporated into the work, delivered to the applicable Agency that any work has been satisfactorily completed.
Contracting Agency storage site when provided for in the Payments will be made by warrants, issued by the Contracting
Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the
tom; incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work performed by a
the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250.
SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING
low ALL REFERENCES TO "HEADQUARTERS' MATERIAL
Page-SP-15
Revision Date:May 19, 1997
it
1-09 Measurement and Payment 1-09 Measurement and Payment
1-09.9(2) Retainage (APWA,RC) 1-09.9(3) Contracting Agency's Right to Withhold
Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA)
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and
5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12 and RCW 39.76 the
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments
the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the
which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion may be necessary to
person arising under the Contract. cover the Contracting Agency's costs for or to remedy the
Monies reserved under provisions of RCW 60.28 shall, at the following situations:
option of the Contractor,be: 1. Damage to another contractor when there is evidence
1. Retained in a fund by the Contracting Agency. thereof and a claim has been filed. 40
2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to
bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is
loan association (interest on monies so retained may be paid to the obligated to pay.
Contractor). 3. Utilizing material, tested and inspected by the Engineer Ii
3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6)
Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16.
escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per
sum of the monies reserved payable to the bank or trust company Section 1-08.1(4).
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to
bonds and securities chosen by the Contractor and approved by the complete the Work on time:
Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or
Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's
as the interest accrues. review of the Contractor's approved progress schedule which
The Contractor shall designate the option desired ea—slo indicates the Work will not be completed within the Contract Time
When calculating an anticipated time overrun the Engineer will
at make allowances for weather delays approved unavoidable delays
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule in the opinion
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
percentages in securities. The Contracting Agency may also, at its Time.
option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the wo
retainage. Contractor's other obligations under the contract including but not
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a
RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions. +r1
I. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes
been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-05.5.
2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or
the retained percentage. unauthorized work(Section 1-05.8)
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). a_s_ required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay
retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of
claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section
sufficient to pay the cost of foreclosing on claims and to cover 1-07.9.
attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval *ill
Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3.
submitting to the State L&I a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the
for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to
department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so will be
Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior
applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and if
notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period
those departments or agency organizations. 1. no legal action has commenced to resolve the validity of
the claims,and
2. the Contractor has not protested such disbursement.
Page-SP-16
Revision Date:May 19, 1997
tai
1-09 Measurement and Payment 1-09 Measurement and Payment
�r•
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances, and
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract.
payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final
payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1-
Contracting Agency shall not be liable to the Contractor for such 05.12).
payment made in good faith.
If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims
aw claims prior to expiration of the 15-day period mentioned above,
the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS.
written settlement agreement of the parties. 1-09.11(2) Claims (APWA)
1-09.9(4) Final Payment(APWA) Failure to submit with the Final Application for Payment Bast
Upon Acceptance of the Work by the Contracting Agency the such information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE
a release: FOLLOWING:
1. to the Contracting Agency of all claims and all liabilities
•► of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction
specifically excepted in writing by the Contractor; (APWA)
2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance
Work; with the laws of the State of Washington. The venue of any claims
us 3. for every act and neglect by the Contracting Agency; and or causes of actions arising from this contract shall be in the
4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed.
of the Work. For convenience of the parties to this contract, it is mutually
A payment(monthly, final retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has
release the Contractor or the Contractor's Surety from any
against the Contracting Agency arising from this contract shall be
obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the
the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and
the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time
findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or
Contract; nor shall such payment preclude the Contracting Agency causes of action.
from recovering damages setting penalties, or obtaining such other It is further mutually agreed by the parties that when any
rr remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the
Before the Work will be accepted by the Contracting Agency, Contracting Agency arising from this contract are filed with the
the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court, the Contractor shall
the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records
ia► minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating
part icipating in the Work. Such affidavit shall certify the amounts the claims or actions.
paid to the DB MBE or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be 1-09.13 Arbitration
required to execute and furnish the Contracting Agency an affidavit
certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY
or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY"
Specifications. WITH THE WORDS "KING COUNTY."
If the Contractor fails refuses or is unable to sign and return
the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING:
the final acceptance of the contract the Contracting Agency
reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC)
4W The findings and decision of the board of arbitrators shall be
accept the contract. Unilateral acceptance will occur only after the
Contractor has been provided the opportunity, by written request final and binding on the parties, unless the aggrieved parry, within
from the Engineer to voluntarily submit such documents. If 10 days challenges the findings and decision by serving and filing
a petition for review by the superior court of
ar voluntary compliance is not achieved, formal notification of the King County,
impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for revie ew are limited to
from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision:
days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component
r 30-calendar day deadline shall begin on the date of the postmark of
thereof;
the certified letter from the Engineer requesting the necessary
3. Is arbitrary and/or is not based upon the applicable facts
documents. This reservation by the Contracting Agency to
unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The
completed in accordance with Section 1-08.5 or for contracts that
'r"' board of arbitrators shall support its decision by setting forth in
are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence_
acceptance of the contract by the Contracting Agency does not in adduced at any such hearing.
any way relieve the Contractor of the provisions under contract or
Page-SP-17
Revision Date:May 19, 1997
trr
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional
statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment or services which could
such procedure. not be usually anticipated by a prudent contractor for the
The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new item or items
and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for
contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not
reasonable foundation_. In the latter case all costs shall be borne covered by other pay Items in the bid proposa! they are not
by the contractor. specified in the Special Provisions as incidental and the
accumulative cost for the use of each individual channelizin
1-10 Temporary Traffic Control device, piece of equipment, or service must exceed $200 in total
cost for the duration of their need. In the event of disputes the
SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usually anticipated by a prudent
FOLLOWING: contractor. The cost for these items will be by agreed price price
established by the Engineer, or by force account Additional items
1-10.1 General(RC) required as a result of the Contractor's modification to the traffic
When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the
the work required for this item shall be all items described in provisions in this paragraph.
Section 1-10, including, but not limited to: If the total cost of all the work under the contract increases or
1. Furnishing and maintaining barricades flashers decreases by more than 25 percent an equitable adjustment will be
construction signing and other channelization devices considered for the item "Traffic Control" to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special Provisions specify furnishing, SECTION 1-I0.2(1) TRAFFIC CONTROL SUPERVISOR IS ✓
maintaining, and payment in a different manner for that REVISED AS FOLLOWS
device;
2. Furnishing traffic control labor, equipment and supervisory 1-10.2(1) Traffic Control Supervisor( Q (SA)
personnel for all traffic control labor• Wh°i, the bid P;Qposal includes 2A item for =;affio Can=
1 �
3. Furnishing any necessary vehicle(s) to set up and remove SwP@ —Tthe Contractor shall designate an individual or
the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties
devices; for the project. The TCS shall be certified inas-a worksite traffic
control r of the listed she e r
4. Furnishing labor and vehicles for patrolling and maintaining entracte^ shall net d-csigAaw the p
in position all of the construction signs and the traffic . The TCS shall assure that
control devices, unless a pay item is in the bid proposal to 1 all the duties of the TCS are performed during the duration No
specifically pay for this work; and of the contract.
5. Furnishing labor, material, and equipment necessary for 7. Ensuring that corrections are made if traffic control
cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may
signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to
during the life of the project. accommodate site conditions as long as the original intent
of the traffic control plan is maintained and the revision
6. Removing existing signs as specified or a directed by the is in conformance
engineer and delivering to the City Shops or storing and re- with established standards.
installing as directed by the Engineer. The r`,,.,t..,,.t„- AQ11 . :,fie , A.16hi-19 f •ire Th
7. Preparing a traffic control plan for the project and
designating the person responsible for traffic control at the
The Tas-h211 not n..t as a flagge;excopt 41 an
work site. The traffic control plan shalt include
descriptions of the traffic control methods and devices to be .Possession of a current flagging card
used by the prime contractor, and subcontractors shall be by the TCS is mandatory.
submitted at or before the preconstruction conference and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS.
shall be subject to review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans RCZ
notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic
traveled portion of a roadway. control is installed and maintained in conformance to established
standards. The Contractor shall continuously evaluate the
9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to
traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m. correct any problems that become evident during operation. ai
and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS.
10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs
during periods when they are not needed. All signs required by the approved traffic control plan(s) as
If no bid item "Traffic Control" appears in the proposal the well as any other appropriate signs prescribed by the Engineer, or
all work required by these sections will considered incidental and required to conform with established standards will be furnished
their cost shall be included in the other items of work. by Contractor.
Page-SP-18
Revision Date:May 19, 1997
+
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
Jvw No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable
Class A or Class B construction signs_ adjustment per Section 1-04.6 only when the total contract price
increases or decreases by more than 25 percent.
All etlagcosts for the work to
provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price shall be full
the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal. driver(s),and the appropriate pilot car sign(s)for any s;w—pilot
car operation. Any necessary flaggers will be paid under the
SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control lalo;.
1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum snit contract price pa; hou;shall be full
Construction Zone pay for all costs for the labor provided for performing those
construction operations described in Section 1-10.3(1) and as
The G ♦ t' A will f.. ish w4hout rnct to the
authorized by the Engineer. Payment u^a°-*his item A211--ho
th h ;he ama. A 11 th , flagg@.o ...ithi„ th° limitca
The Lump Sum unit contract price pe>:-square-4'eet-a€
ga"I area-shall be full pay for all costs for performing the
work described in Section 1-10.3(3) and Section 1-10.3(4).
This payment will include all labor, equipment, and vehicles
the: extent of the 'd Qnr Way pil necessary for the initial acquisition, the initial installation of
c-Ceat 01 Class A signs, and ultimate return of all Contracting Agency-
Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs.
rrll Contractor shall furnish the pilot car(s)and driver(s)for the pilot car
control area. Any necessary flaggers shall be furnished by the Engince;
Contractor
" t a T ff r t 1 » t + m°^t"Gol ;a z; The Lump Sum unit contract price per-day shall be full
pay for all costs involved in furnishing the person(s)assigned
as the "Traffic Control Supervisor" dw-i^^ "^ R-i
DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for
i the Traffic Control Supervisor shall be included in the Lump
1-10.4 Measurement (RC) (SA) Sum snit contract price for"Traffic Control Sugertsie�."
No specific unit of measurement will apply to the lump sum
all. item of"Traffic Control". UG lump sum QQ;14;aQ4 priGG shall be fall Pay fQ;3.11 Gosts,
P� t f the lump m ltgm "T° Tmffr Co
SECTION I-I0.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
+lrr '
1-10.5 Payment (RC) sas up, 50 poment of the amou;;4 bid fQF 46 item -ill
br Paid
Payment for all labor, materials and equipment described in b, n.,..,,,°^t f.th°^°,....i.,i;ig cn n e;14 of the amount
1rr Section 1-10 will be made in accordance with Section 1-04.1, for
the following bid items when thoy am included in the proposal:
"Traffic Control," lump sum.
The lump sum contract price shall be full pay for all costs not
day-
MW covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price peg-day-shall be full
furnishing installing maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles
devices required by the contract and as directed by the Engineer in for the work described in Section ]-10.3(
conformance with accepted standards and in such a manner as to the h' ' ' will h id fe; ends;the item "Tra-MG r^^t;^'
vo maximize safety, and minimize disruption and inconvenience to the l aloes
public..
Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards
Ar will be made as follows: --
a. When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC)
and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the
amount bid for the item will be paid. direct supervision of a person registered to practice land surveying
b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW.
bid for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance
accordance with the total job progress as determined with the requirements established by the Board of Registration for
by progress payments. Professional Engineers and Land Surveyors under the provisions of
Chapter 18.43 RCW.
Aw
Page-SP-l9
Revision Date:May 19, 1997
or
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
>
1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes
coordinate base: The North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC) ed
conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or
Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground.
The horizontal component of all surveys shall meet or exceed to
Monument Any physical object or structure of record which
the closure requirements of WAC 332-130-060. The control base marks or accurately references:
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under the
Detail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any qW
established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office
comparable classification in future editions of said document. The and its successor the Bureau of Land Management including
angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including one-
survey control shall be revealed on the face of the survey drawing, sixteenth corners; and
as shall the method of adjustment.
The horizontal component of the control system for surveys Any permanently monumented boundary, right of way
using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established
part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including
95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot
Geodetic Control Subcommittee Standards for GPS control surveys corners.
as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC)
August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all
said document.. construction projects that will create permanent structures such as
The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or
NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Base
tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent
benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be
the project site a tie to both shall be made. The benchmark(s) used observed for staking or "as-builting" while occupying one such
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of
not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or
throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall
(benchmark)will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein.
of any bench marks established. The drawing depicting the survey shall be neat, legible and
drawn to an appropriate scale. North orientation should be clearly
1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted. The
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half
the controlling monuments used and the subdivision of the original scale remains legible.
applicable quarter section. If recording of the survey with the King County Recorder is
Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch molar and will
shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A
methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of
Renton and, upon their review and acceptance per the specific
1-11.1(4) Field Notes (RC)' requirements of the project, the original will be recorded with the
Field notes shall be kept in conventional format in a standard King County Recorder.
bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall be
electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch molar, and the original or a
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton.
station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of
op mt. WAC 332-130-050 and shall conform to the City of Renton's
Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols
a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend shall identify all
Job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at
page and point set on that page. Example: The first point set or each use. 10
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the
No. 348.16.01, the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing should
Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in
notebook(s) provided by the City or the original field notebook(s) the field notes), a brief description of the point and northing
used by the surveyor will be given to the City. For all other work, easting, and elevation (if applicable) values, all in ASCII format
surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media.
iii
Page-SP-20
Revision Date:May.19, 1997
40
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
aM
1-11.10 Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing (RC)
Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11.1(5),
satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per I-
_meet or exceed the standards specifications and procedures of third 11.2(1). In situations where such markers are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness
Control Committee. marker shall be set. In most cases, this will be the extension of the
OW Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or
both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks
in lead on the extension of the lot side lines have been set in the
1-11.1(8) Radial and Station--Offset Topography curbs on the extension of said line with the curb." In all other
(RC) cases the corner shall meet the requirements of section 1-11.2(1)
Topographic surveys shall satisfy all applicable requirements herein.
w of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5), shall meet
All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
topography or establishing baselines for station--offset topography falls with in a paved portion of a right of way or other area, the
shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained
v The drawing and electronic listing requirements set forth in within a lidded case kept separate from the monument and flush
section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface,per section 1-11.2(3).
In the case of right of way centerline monuments all points of
1-11.1(9) Radial Topography (RC) curvature (PC) points of tangency (PT), street intersections, center
Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI,
topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right
with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specifications, OR 2) of the curve.
trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the
least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision
circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the
4W city) identifying the monument; point of intersection (PI), point of
1-11.1(10) Station—Offset Topography (RC) tangency (PT) point of curvature (PC), one-sixteenth corner, Plat
Elevations of the baseline and topographic points shall be monument street intersection, etc., complete with a description of
determined by spirit leveling and shall satisfy Federal Geodetic the monument a minimum of two reference points and NAD 83/9I
+ter Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed
exceed 0.1 foot's error as to side shots. with the city.
1-11.1(11) As-Built Survey(RC) 1-11.2 Materials
or All improvements required to be "as-built" (post construction
survey) per City of Renton Codes TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners(RC)
and TITLE 9 Public Ways and Property, must be located both Corners per 1-11.1(5) shall be marked in a permanent manner
horizontally and vertically by a Radial survey or by a Station offset such as 112 inch diameter rebar 24 inches in length, durable metal
on survey. The "as-built" survey must be based on the same base line
plugs or caps tack in lead etc. and permanently marked or tagged
or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of
improvements being "as-built". The "as-built" survey for all the marker used can be determined by the surveyor at the time of
subsurface improvements should occur prior to backfilling. Close installation.
" cooperation between the installing contractor and the "as-builting"
surveyor is therefore required. 1-11.2(2) Monuments (RC)
All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set
1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently
surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number.
The field notes for "as-built" shall meet the requirements of
section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC)
■rr "as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City
accuracy of the "as built". of Renton Standard Plans page H031.
The drawing and electronic listing requirements set forth in
section 1-11.1(6) herein shall be observed for all "as-built"
so surveys.
OW
w
Page-SP-21
Revision Date:May 19, 1997
ar
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
1
Division 2 Earthwork quantities and changes will be computed either
manually or by means of electronic data processing equipment by
Earthwork use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor
for his review and verification.
2-02 Removal of Structures and Any excavation or embankment beyond the Iimits indicated in
Obstructions the Plans, unless ordered by the Engineer, shall not be paid for
All work and material required to return these areas to their
original conditions, as directed by the Engineer, shall be provided
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS y the Contractor at his sole expense.
FOLLOWS: All areas shall be excavated, filled, and/or backfilled as
2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans In filled
and backfilled areas, fine grading shall begin during the placement
Curbs (RC) and the compaction of the final laver. In cut sections fine grading 16
In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final grading
shall: shall produce a surface which is smooth and even without abrupt
1. Haul broken-up pieces ' changes in grade.
to some off project site. Ex_cavation for curbs and gutters shall be accomplished by
cutting accurately to the cross sections grades and elevations
shown. Care shall be taken not to excavate below the specified
S. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from
opened to traffic before pavement patching has been completed detrimental quantities of leaves brush sticks trash and other
temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work.
Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and
inches immediately after backfilling and compaction are complete before placement of fills or base course the subgrade under the
and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas
mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and
If pavements, sidewalks, or curbs lie within an excavation replacement.
area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection
will be paid for as part of the quantity removed in excavation. If
to keep the subgrade free from standing water.
they are " Acceptable excavated native soils shall be used for fill in the
mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material
and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified t
included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
2-02.5 Payment (RC) native materials from becoming saturated with water. The
2. "Saw Cutting", per Lineal Foot measures may include sloping to drain compacting the native
3. "Remove Sidewalk",per Square Yard. materials, and diverting runoff away from the materials. If the
4. "Remove Curb and Gutter",per Lineal Foot. Contractor fails to take such preventative measures any costs or
5. "Cold Mix", per Ton delay related to drying the materials shall be at his own expense.
6. "Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the
7. "Remove Cement Concrete pavement," per square yard. responsibility of the Contractor to dry the materials, to the
8. "Remove existing " per optimum moisture content. If sufficient acceptable native soils are
All costs related to the removal and disposal of structures and not available to complete construction of the roadway embankment
obstructions including saw cutting, excavation, backfilling and Gravel Borrow shall be used.
temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project all portions
of Section 2-03 shall apply as though a subgrade trimmer were
other items unless designated as specific bid items in the proposal. We
specified.
If sufficient acceptable native soils, as determined by the
2-03 Roadway Excavation and Engineer,are not available to complete construction of the roadway
Embankment embankment, Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING.
2-03.3 Construction Requirements (RC) 2-03.4 Measurement(RC)
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other
excavated material shall be used for embankments, while surplus sections provide otherwise:
excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation,
the Contractor. borrow excavation, and unsuitable foundation excavation - by the
40
Page-SP-22
Revision Date:May 19, 1997
to
2-04 Haul 2-09 Structure Excavation
air
cubic yard (adjusted for swell) may be measured by truck in the 2-06 Subgrade Preparation
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have
++ the truck number,time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 2-03.5 IS REVISED AS FOLLOWS.
2-06.5 Payment (RC)
2-03.5 Payment (RC) Subgrade preparation and maintenance including watering
wr
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
are included in the proposal: thereof shall be included in the appropriate unit or lump sum
1. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices.
' A (B, C, etc.)", per cubic yard.
When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation
subgrade, unit contract prices for roadway excavation and haul
�r shall apply. If he orders excavation more than 2 feet below
subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE
provided in Sion-I-944 Item 3 of this payment section. In this FOLLOWING:
case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC)
at unit contract prices. This work also includes the excavation, haul, and disposal of
The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable
excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps.
material.
2-09.3 Construction Requirements
haul r^ •h°• Gas@ tThe unit contract price per cubic yard shall
include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS.
3. "Unsuitable Foundation Excavation",per cubic yard.
The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material(RC)
Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project
limits shall be included in the unit contract price for structure
and disposing of the material.
excavation, Class A or B. if, the Ganw-rao; must load
11W The unit contract price per "Ad h..,.+ the ..,".e.:.,+ to a ,,:...orW sits, the stave will .,a,,
cubic yard shall include haul. ,,, pay F„ ,,,,,,,,+;,,,, at •he ,+:s,,,.....+ s:.e e.,., &,..r, ,r;s.,,,r2+ rhsu
7.
IM, The 4-,,,._.e.,:rest-Pric®-ger cubic-5,ard fermi
If the contract includes structure excavation, Class A or B,
" and kwidentalg required The 4quantiti°° f" including haul, the unit contract price shall include all costs for
loading and hauling the material the full required distance=
otherwise all such disposal costs shall be considered incidental to
rr ixlh h made by AUthod s ^Payment for the work.
embankment compaction will not be made as a separate item. All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS:
+r+ items involved.
2-09.4 Measurement (RC)
2-04 Haul Gravel backfill. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
aw Plans or by the ton as measured in conformance with section 1-09.2.
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
war specific separate pay item is included in the contract for gravel
2-04.5 Payment (RC) backfill for pipe bedding.
iRykided -'A the P;QP0621; SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
1 "Haul",-pec unit FOLLOWS:
All costs for the hauling of material to, from, or on the .job
site shall be considered incidental to and included in the unit price 2-09.5 Payment
of other units of work. Payment will be made for the following bid items when they
Im are included in the proposal:
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
ow "Structure Excavation Class B Incl. Haul",per cubic yard.
The unit contract price per cubic yard for the bid items listed
as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping, or shall be included in the unit bid
ally price of other items of work if "Structure Excavation" or
Page-SP-23
Revision Date:May 19, 1997
rr
2-09 Structure Excavation 2-09 Structure Excavation
"Structure Excavation Incl Haul" are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when
extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the
structure excavation, it shall also be required as backfill material
for the extra excavation at the Contractor's expense. Any
excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the
neat line.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation), per Cubic
Yard or per Ton".
. When gravel backfill is paid by the ton, the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench backfill.
i�
40
40
VA
Page-SP-24
Revision Date:May 19, 1997
ttrr
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
rrr
Division 3
Ur Production From Quarry and Pit Sites Division 4
and Stockpiling Bases
aw 3 No supplemental specifications were
necessary 4 No supplemental specifications were
necessary
No supplemental specifications were necessary for Division 3.
No supplemental specifications were necessary for Division 4.
r.
%W
VW
WW
No
wir
rrr
imp
pop
1�
Page-SP-25
Revision Date:May I9, I997
r
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
go
Division 5 (2)
Surface Treatments and Pavements
samplas--wWhen a sample from uncompacted mix is needed the 10
5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples can -be obtained in
accordance with WSDOT Test Method 712.-Th° ^t^•{^^� ��-1t
alln eh° .,I° ♦n he taken .:�{,n,r the 1; t
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose
5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is rh2ll he defined as
1. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix
as-provided under a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur-fes
°erh job mix fn;..,, is (r449) placed .,..d . • d h d 1
Determination of�sa�is�is�-eF nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class. 11
Dense graded mixes (asphalt concrete pavement Classes A, B,
E, F, and G) shallsuill be evaluated for quality of gradation on a ex experwd r. , f rh r
daily4m basis by the Contractor. This gradation analysis shall be :rh r Pr' WrJ °'a 9_°*°�*�is defined in Section 9-
The JMF
based on WSDOT Test Method 104 and the results delivered to the 03.8(6)A
Contracting Agency by noon of the following working; day. This (Basis of Acceptance). The Contractor may not make
information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the
with Section 9-03.8(6)A.2.-and A-asphalt content shall be tested at Engineer.
the Eengineer's discretion if the Compaction Pay Factor(Section 5- ;@Russ& is app;gved, all of tile mawwial P;Qdugsd lip to the time 0
04.3(10)B)falls below 1.00. the! Ghaage will %)@ evaluated Qn the baris of auailable tear -,1A
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradation testing Rew lot will begin :1410 quaA;i;), ;6pr,666wed by on" Sample
done by the contractor. If the independent sample gradation varies
from the Contractor's data by more than ±3% for sieve sizes
greater than 1/4" and±2% for sieves smaller than the No. 10 then sample per gab!@&, with a miRimum of five rwblots pe; Glass o
the costs of the sampling and testing shall be borne by the tWi
Pr-@;1;d@ 1;9t!egs 4han f4v@ un.4;m siaed sublQu, based on p;--,
Contractor. If the t1est results vary from the Contractor's data
are-within the ranges listed above , then Sampling and testing for nonstatistical acceptance shall be
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one
A-gem= sample for each sublot of 400 tons or each day's production,
whichever is least. When proposal quantities exceed 1,200 tons for
a class of mix under nonstatistical acceptance, sublot size shall be
determined to the nearest 100 tons to provide not less than three 46
uniform sized sublots, based on proposal quantities, with a
maximum sublot size of 800 tons.
C. Test Results. The Engineer will furnish the Contractor
with a copy of the results as they become available.--of-all
of rh° .°.♦ ...n.Yd ., p°r r ..1:. F .:.hrr:...e ....rL ...:rh:a
f hn„ 2flgr. rh° ho ,.
^ f rho hia
Engineer.(3) will be used fo; 2 alags of mix 04hop.;he proposal ;fo; TI.nPoR will also .:d° by „f rhv r -d after 40
..,.,lino rh° f•n..,......:S° 122., L'.,rfrr. (G12J1 ..f ;h° Mp1@&sd
NOR942tirti-21 A gGeptanGe will bo w6ed, (1) fo; 2 Gl2rs Q9 mix ruhlgts 246;1h;@6 ruhlol-s have been p;@dwQod�
D. Test Methods. When sample testing of asphalt content is
necessary, 4acceptance testing for compliance e#-asphalt-row
ea�the;than UrSDOT.- will use the Nuclear Asphalt Gauge Procedure; WSDOT Test
e accepted for sand
2. Aggregates. _Aggregates will b Method 722-T. When sample testing of gradation is necessary,
equivalent and fracture based on their conformance to the
requirements of Section 9-03.8(2)_ Aacceptance testing for compliance of gradation will use the Quick 46 1
Determination of Aggregate Gradation using Alternate Solvent
3. Asphalt Cement. Asphalt Cement will be accepted €es Procedure; WSDOT Test Method 723-T.E. Reject Mixture
w"&-based on 44&i&-conformance to the requirements of Section 9-
02.1(43). Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may, prior to illli
be the responsibility of the contractor. If the vendor or grade of sampling, elect to remove any defective material and replace it
with new material at no expense to the Contracting Agency. Any
the asphalt cement changes, a new job mix formula (JMF) shall be
evaluated and approved. such new material will be sampled, tested, and evaluated for A. Sampling acceptance.
Asphalt Concrete Mixture (2) Rejection_-by Engineer Without Testing`I'�*h^ * T° ^^
A. '
(1) A sample will not be obtained from either the first or last
The Engineer may, without sampling, reject any batch, load, or
dway `
25 tons of mix produced in each production shift. section of roa
Page-SP-26
Revision Date:May 19, 1997
r
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
1w
m2te;;21 that appears defective in gradation or asphalt ceu@at SECTION 5-04.03(I0)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into AE" pavement. Any rejected section of
compacted soad*uaypavement shall be removed. 5-04.3(10)A General (RC)
No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a
removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of
rejected material be tested. If the Csontractor elects to have the Renton Comprehensive Water System Plan to identify locations of
- s.li
A.C. lines.)
rejected material tested, a minimum of three representative samples �
will be obtained and tested. Representative samples to be removed SECTION 5-04.3(I0)B IS REVISED AS FOLLOWS:
for testing from compacted pavement shall be removed by coring.
5-04.3(10)B Control (SA)
Asphalt concrete pavement Classes A, B, E, and F used in
traffic lanes, including lanes for ramps, truck climbing, weaving,
material, and in add;49% _ and speed change, and having a specified compacted course
thickness greater than 0.10 foot, shall be compacted to a specified
level of relative density. The testing shall occur on a sublot basis
using the definition of a sublot described in Section 5-04.3(8). The
specified level of relative density shall be a Composite 122), FaaGw;
e°,..:,.^ 1_96!n) ^F 924..0 percent of the
Acceptance of the initially reference maximum density ^r dowmiAez by V+TS^DOX
rejected suspected material will use the acceptance sampling and Mothed:ZQ5. The reference maximum density shall be determined
w testing methods. If the material does not fall within the job mix as that developed in the job mix formula (JMF)th° m;A;i^^ awr- ^°
formula tolerances of Section 9-03.8(6)A, the mix will be rejected
and all costs associated with sampling, testing and removal shall be If the Contractor chooses, a moving
ter, borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be
and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the
Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of
tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average statistical
+ter remain subject to the compaction adjustment of Section 5-04.3(10) eu2l;,2tiea-of three €;* nuclear density gauge tests taken in
and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is
the Contracting Agency. placed (after completion of the finish rolling) at locations
A Ranial Sublet T., ^d,kio W the Pr 84.,,gra';49m determined by the rUatig°a random
Nrr ^f^r.. ^ to . A dwd 74.6 within each density lot
1 11 le 10 s miAimum 4ess.The Engineer will furni a copy of the
results of all acceptance testing performed in the field as soon as
the results are availabl
the bogi ..:..^ ^f .h° °.,r paviAg shift._ Pavement compaction _
below 89 percent of the reference maximum density shall not be
accepted. Relative densities falling between 89 percent and 92
percent shall be subject to the price adjustments of Section 5-
irr
(n) An B . chit It ..blot QtQd in 04.5(1)B.
deta;miaed.
indapeadew h ;hc origiml . . 26-2 L:fA leAt For compaction lots falling below a CPF of 1.00 pay factor.
and thus subject to price reduction or rejection, cores may be used
(5) A Lo; ;., nr r-ess -n,° r,,.,.;aGtor, &h2l'-A;- down as an alternativee to the nuclear density gauge tests. was
Qpe;a9iQ;46 a;;d 91;211 AQt F-94.3me a;phalt r.@AQr-@4@ plagement until 2.;e taken by the Gon&;agting Agei;Q31 a; ;he r-squart of Cho
wr X2,409.-When the Contracting Agency requests cores and the
eF'&; level of relative density within a sublot is less than 92.0 percent,
tThe cost for 44ae-coring
and testing shall be borne by the Contractor. When the Contracting
w► Agency requests cores and the level of relative density within a
(6) An 9;1;4@ r * n .• 'At •.h r>DF„f I—th.,.,n,c sublot is greater than 92.0 percent, the cost for coring and testing
shall be borne by the Contracting Agency.
C &i 1 06 1(2)R A FA;;;2QQi21 r ♦' Paragr2ph 7 ltgm z
shall
At the start of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design.
Page-SP-27
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE
a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED.
greater referenced to the specified minimum density (92 percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH
of the reference maximum density d ° mined by �x,SQQT Xegt
44@thgd =). If a compaction test section is requested, a
THE FOLLOWING:
Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix
proven. Following determination of compactibility, the Contractor (RC)
is responsible for the control of the compaction effort. If the
Nonstatistical Acceptance-Each lot of asphalt concrete
Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within
considered compactible. the limits of the job mix formula shall be accepted at the unit
Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the illl8
under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted (see
basis of a test point evaluation of the compaction train. The test Section 5-04.3(8)Rejection of Mixture).
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS
compaction train, required to attain the maximum test point FOLLOWS:
density, shall be used on all subsequent paving. 5-04.5(1)B Price Adjustments for Quality AC
Asphalt Concrete Class D and preleveling mix shall be
compacted to the satisfaction of the Engineer. Compaction (RC)
In addition to the randomly selected locations for tests of the For each sublot a Compaction Lal
density, the Engineer may also isolate from a normal lot any area Factor r^^° Prise Adjus•mmt Factor—(CMA14 will be
that is suspected of being defective in relative density. Such determined based on the relative density of the tests. The
isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their
minimum of three 5 randomly located density tests will be taken. associated relative density.
The isolated area will then be evaluated for price adjustment in
accordance with this section, considering
it as a separate_sublotlet.
quantity of asphalt Goarwe in the r.QMPaG;;@A Gomr-01 lot in &on&,
SECTION 5-04.5 IS REVISED AS FOLLOWS:
5-04.5 Payment (RC) Relative Density Compaction Pay Factor
(average of three tests)
"Mist and/or Driveway Asphalt Conc. App;earh Cl. _ ?�•0 1.00
per ton. This item, when included in the contract, includes asphalt 91.5 0.99
paving for areas such as driveways and traffic islands that are not 91.0 0.95 wn1
part of other paving work. 90.5 0.91
90.0 0.85
89.5 0.80
89.0 0.75
rri
writ
Page-SP-28
Revision Date.May 19, 1997
6-12 Rockeries 6-12 Rockeries
and have a stable appearance. The rocks shall be carefully placed
Division 6 by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or perpendicular to the
rockery face. The rocks shall have all inclining faces sloping to
the back of the rockery. Each row of rocks will be seated as
SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After setting a
,.. 6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
6-12.1 Description (RC) inch square probe.
ry► The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC)
materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed
cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will
retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall
M engineer. and the cut or fill material. The backfill material will be placed in
lifts to an elevation approximately 6 inches below the course of
6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of
wr Rock walls shall be formed of larger pieces of quarried basalt, rocks. Any backfill material on_the bearing surface of the rock
andesite or other igneous rock. Individual pieces of rock shall be
course will be removed before setting the next course.
sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe (RC)
weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a
an sulphate in accordance with aashto t104, the loss through a one- footing drain behind the rockeries as shown in the standard plans,
inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown.
The rock material shall be as nearly rectangular as possible so
as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material (RC)
a w No stone shall be used which does not extend through the wall.
The inspector will have the authority to reject any defective
The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done,
weathered portions, seams, cracks and other defects. subject to the final decision of the engineer. All rejected material
The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work
air foot. The source of supply and representative samples of the
shall be repaired or replaced at no additional cost to the Owner.
material shall be approved by the engineer before delivery to the
site. 6-12.4 Measurement (RC)
.a. The rock walls shall be constructed of one-man rocks, (85 to
300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be
made from the footing grade to the top of the wall and rounded to
to 600 pounds) each 13" in its least dimension; three-man rocks
the nearest square yard.
(800 to 1,200 pounds) each 16" in its least dimension; four-man
rw. rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC)
rocks shall range uniformly in size for each classification specifies.
The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall",
rock in walls over 6 feet in height. per square yard.
The unit price per square yard shall be full compensation for
6-12.3 Construction Requirements(RC) the rockery/rock retaining wall in place and shall include all work,
The rock unloading at the site will be done in such a manner materials and equipment required to complete the installation,
as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items.
preceding paragraph.
The walls shall be started by excavating a trench, not less than
6 inches or more than one foot in depth below subgrade in
om excavation sections,or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
tow wall construction shall start as soon as possible upon the
completion of the cut or fill section.
Rock selection and placement shall be such that there will be
no open voids in the exposed face of the wall over 6 inches across
ow in any direction. The rocks shall be placed and keyed together
with a minimum of voids. Particular attention shall be given to
the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be placed
No to minimize erosion of the backfill material. The larger rocks shall
be placed at the base of the rockery so that the wall will be stable
or
Page-SP-29
Revision Date.May 19, 1997
air
7-01 Drains 7-04 Storm Sewers
Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19
Where steel or aluminum are referred to in this Section in
Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall
Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I
(galvanized) or aluminum coated (aluminized) corrugated iron or
Conduits steel, and aluminum is corrugated aluminum alloy as specified in
Sections 9-05.4 and 9-05.5.
Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is
7-01 Drains also made to PVC.
SECTION 7-01.2 IS REVISED AS FOLLOWS: W
7-03 Structural Plate Pipe, Pipe Arch, Arch,
7-01.2 Materials (RC) and Underpass
Drain pipes may be concrete, zinc coated (galvanized) Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS.
steel with Asphalt Treatment I, corrugated aluminum alloy,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC)
option of the Contractor unless the Plans specify the type to be 40
used.
Materials shall meet the requirements of the following
sections:
SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02
Corrugated Steel Asphalt Treatment I 9-05.6(8) I
7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8) It
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07
using a flexible elastomeric seal as described in Section 9-04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS.
jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) I
PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for
elastomeric seal as described in Section 9-04.8 or solvent cement as
described in Section 9-04.9, at the option of the Contractor unless each of the following bid items that are included in the proposal:
otherwise specified in the Plans. The bell shall be laid upstream. "St. Str. Plate Pipe _ Gage _ In. Diam.", per linear
foot with Asphalt Treatment I.
PE or ABS drainage tubing underdrain pipe shall be jointed with
"St. foot Plate Pipe Arch_Gage_Ft._In. Span", Ill
snap-on, screw-on, or wraparound coupling bands, as
per linear foot with Asphalt Treatment I.
recommended by the manufacturer of the tubing. "St. Str. Plate Arch_Gage_Ft. _In. Span", per
SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I.
FOLLOWING: "Structure Excavation Class B",per cubic yard.
"Structure Excavation Class B Incl.Haul",per cubic yard.
7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure
When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of
Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost
item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra
contract pay items. Excavation Class B". If it is not in the contract then it shall be
incidental.
7-02 Culverts 7-04 Storm Sewers
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS:
7-02.2 Materials (RC) 7-04.2 Materials1RQC
Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in
sections: regard to a kind of storm sewer pipe, it shall be understood that
Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized) Asphalt Treatment I Coated "
Reinforced Concrete Culvert Pipe 9-05.3(2) -lum um Q02ted (2112m`nized) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections to
Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5.
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8)
Steel End Sections, Asphalt Treatment I 9-05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum End Sections 9-05.5(6)
Solid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
Page-SP-30
Revision Date:May 19, 1997
7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins
tuw
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE
OW FOLLOWING: FOLLOWING:
7-04.3(1)B Pipe Bedding (RC) 7-05.3 Construction Requirements (RC)
Pipe bedding for PVC sewer pipe shall consist of clean,
aw Pipe manholes shall have eccentric cones and shall have
granular pea gravel consistent with section 9-03.12(3). It shall be
placed to a depth of 6" over and 6" under the exterior walls of the ladders.
pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
7-04.3(2) Laying Storm Sewer Pipe FOLLOWS.
SECTION 7-04.3(2)A IS REVISED AS FOLLOWS. 7-05.3(1) Adjusting Manholes and Catch Basins to
Grade (RC)
rw 7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications. existing structure shall be raised or lowered to the required
rrr
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation.
FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections (RC)
All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar
be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall
approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the
proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing
by the Engineer. manholes shall be cut off and covered in a similar manner. The
contractor shall carefully reference each manhole so that they may
SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing
"w 7-04.4 Measurement (RC) the gravel or crushed stone surfacing, the manholes and manhole
castings shall be constructed to the finished grade of the roadway
The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area
am include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void
of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result
center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be
catch basins and similar type structures. thoroughly compacted.
w In cement concrete pavement: Manholes, catch basins and
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS
FOLLOWS: similar structures shall be constructed and adjusted in the same
manner as outlined above except that the final adjustment shall be
MW 7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and
checked. In placing the concrete pavement, extreme care shall be
The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way.
the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted
aw complete the installation, including adjustment of inverts to until the pavement is completed, at which time the center of each
manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously
included in the Schedule of Prices pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a
standard plans shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of
1W additional payment shall be made. the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole
Testing of storm sewer pipe if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks
be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement
aw for other items. shall be cut and removed to a neat circle, the diameter of which
shall be equal to the outside diameter of the cast iron frame plus
two feet. The base materials and crushed rock shall be removed
and Class 3000 or Commercial Portland Cement Concrete shall be
err 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
taw 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
AM for texture,density,and uniformity of grade. The joint between the
Page-SP-3l
Revision Date:May 19, 1997
r
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
to
patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS:
hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC)
covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of 40
plastered. manhole heights for payment purposes will be the distance from
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe.
iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such
established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract 40
final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made.
manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such
projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by "Adjust Existing "-per
frame not embedded in the gutter section shall be solidly embedded
each which shall be full pay for all labor and materials including all
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section
inches beyond the edge of the casting and shall be left 2 inches ?-05.3(1)and the City of Renton Standard Details.
below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured
concrete pavement will butt the cast iron frame. The existing erp each.
concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS
asphalt cement. Adjustments in the inlet structure shall be FOLLOWS.
constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC)
and plastered. "Adjustlels Existing " per each.
Monuments and cast iron frame and cover: Monuments and The unit contract price per each for "Adjust
monument castings shall be adjusted to grade in the same manner Existing " shall be full pay
as for manholes. for all costs necessary to make the adjustment including restoration
Valve box castings: Adjustments of valve box castings shall be of adjecent areas in a manner acceptable to the Engineer.
made in the same manner as for manholes. "Structure Excavation Class B",per cubic yard. try
SECTION 7-05.3(2)IS REVISED AS FOLLOWS_: "Structure Excavation Class B Incl.Haul",per cubic yard.
Structure excavation for concrete inlets and area inlets is
7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If
the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-033(14)C. Debris resulting from breaking "Connect to Existing Catch Basin," per each.
the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each.
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS:
FOLLOWING:
7-08.3(1)C Pipe Zone Bedding (RC) (SA)
7-05.3(3) Connections to Existing Manholes (RC) Hand compaction of the bedding materials under the pipe
Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished
to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid 40
the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort.
manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans, additional structure channeling will be required. further compensation shall be made.
A "Connection to existing" item will be allowed at any
SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS:
connection of a new line to an existing structure, or the connection
of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC)
will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes,catch basins or curb inlets. carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections. tai
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together,except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
Page-SP-32
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable type sewer
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe
pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other
damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted.
Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen
entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the
r pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be
minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades
concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall
1W gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement.
minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight
SECTION 7-08.3(2)1 IS AN ADDED NEW SECTION. between the changes in alignment and at uniform grade between
rw changes in grade. For concrete pipes with elliptical reinforcement,
7-08.3(2)J Placing PVC Pipe(RQ the pipe shall be placed with the minor axis of the reinforcement in
In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position.
pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket
'W upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the
extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement.
the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE
mudded ioint a rubber gasketed concrete adapter-collar will be used FOLLOWING.
at the point of connection.
7-08.3(2)G Sewer Line Connections (RC)
7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of
Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-11
saddle secured to the sewer main with stainless steel bands. When
min a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or
The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main
where they shall be carried by means of a laser beam using 50 foot shall be core drilled.
minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall
have an "O" ring rubber gasket meeting ASTM C478 in a
manhole coupling equal to the Johns-Manville Asbestos-Cement
collar, or use a conical type flexible seal equal to kore-N-Seal.
PVC pipe connection shall consist of tee, nipple and couplers as
approved by the Engineer.
wr
SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING: 7-08.4 Measurement(SA)
7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe
Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the
rar calculations from measurements on the top of the pipe, or by cubic yard, including haul,as specified in 2-09., or by the TON.
looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the
condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely
larger size pipe(s) shall be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for
rr elevation unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter.
All pipe fittings etc. shall be carefully handled and protected Excavation of the trench will be measured as structure
against damage impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul,
equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation
rrr be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits
manner which will protect the pipe against injury whenever stored ordered by the Engineer.
at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the
the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in
+r
determined by the ENGINEER. Such damaged lining or coaling accordance with Section 2-03.
shall be repaired or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as
installed. specified in Section 2-09.4.
The CONTRACTOR shall inspect each pipe and fitting prior
+r
to installation to insure that there are not damaged portions of the
pipe Any defective damaged or unsound pipe shall be repaired or
replaced. All foreign matter or dirt shall be removed from the
,W interior of the pipe before lowering into position in the trench.
Page-SP-33
Revision Date:May 19, 1997
err
7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains
FOLLOWS:
7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations", per cubic yard,or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or
Ton. 7-11.3(4)A Ductile Iron Pipe (RC)
"Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal or
"Structure Excavation Class B", per cubic yard. vertical, may be laid with standard pipe by deflecting the joints. If
"Structure Excavation Class B Incl. Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are
Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by
structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter
to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that
"Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe
If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of
incidental. the manufacturer's printed recommended deflections.
V0
7-10 Trench Exc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS.
Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC) Pipe (4 inches
and Over) (RC) a
SECTION 7-10.41S REVISED AS FOLLOWS. Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
7-10.4 Measurement(RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN
Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS:
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with
accordance with Section 1-09. Polyethylene Encasement (RC)
, tThe Contractor shall lay ductile
7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10.5 Payment(RC) encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, fittings, and
cubic- valves, with 8 mil. polyethylene plastic in accordance with Section
4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color.
Any damage that occurs to the wrap shall be repaired in accordance
Payment for "removal with ANSI/AWWA C105/A21.5-93.
and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed.
4. "Bank Run Gravel for Trench Backfill", per cubic yard 7-11.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND
or ton.
The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING to
Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC)
furnish, place, and compact the material in the trench. Also Steel pipe shall not be used.
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench. SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS
6. "Foundation Material" ,per ton or cubic yard. FOLLOWS.
Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains (RC)
shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection
unsuitable material and replacing with the appropriate foundation during times other than normal working hours. The Contractor
material per Section 9-30.7B(1). shall not operate any valves on the existing system witlaeut spawfi^
Water system personnel will operate
all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a
representative of the water department is present to inspect the
work. alll
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connections:
Page-SP-34
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
W
Connections to existing piping and tie-ins are indicated on the registering I gallon per revolution. The meter shall be approved by
drawings. The contractor must verify all existing piping, the Engineer.
dimensions, and elevations to assure proper fit. Acceptability of the test will be determined as follows:
ar' Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as
without first making the necessary arrangements with the Engineer follows:
in advance. 1. The quantity of water lost from the main shall not exceed
A two-week advance notice shall be required for each the number of gallons per hour as listed in the following
connection which requires a cutting of the existing water mains or a table.
shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour
to re-schedule the connection if the work area is not ready at the test period.
scheduled time for the connection. All water used to perform hydrostatic pressure shall be
Work shall not be started until all the materials, equipment charged a usage fee.
and labor necessary to properly complete the work are assembled
on site. Allowable leakage per 1000 ft. of pipeline*-in GPH
aaaa The Contractor shall provide all saw-cutting, removal and
disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches
disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 20" 24"
material, at the connection areas before the scheduled time for the 450 0_95 1.27 1.59 1.91 2.55 3.18 3.82
connection by the City. The Contractor shall provide all materials 400 0_90 1.20 1.5.4 1.80 2.40 3_00 3_60
necessary to install all connections as indicated on the construction 350 0_84 1.12 1.40 1.69 2.25 2.81 3.37
plans including but not limited to the required fittings, couplings, 275 0.75 1_00 1.24 1.49 1.99 2.49 2_99
pipe spools shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 2.85
ow Contractor shall provide and install concrete blocking, polywrap 225 0_68 0_90 1.13 1.35 1.80 2.25 2.70
the piping at the connections backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various
water mains. diameters the allowable leakage will be the sum of the computed
1W
The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed,
the formula below shall be used:
SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the
FOLLOWS: number of gallons per hour as determined by the formula
7-11.3(11) Hydrostatic Pressure Test (RC) L=N P
A hydrant meter and a back flow prevention device will be 7400
used when drawing water from the City system. These may be L which
obtained from the City by completing the required forms and L = Allowable leakage,pipeline tested
making required security deposits. There will be a charge for the N = No. N joints in the length of pipeline tested
water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe t inches
rr
be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test,psi
permanent air vents are not located at all high points, the contractor X shall not la g`a`ble ^' albRipL'""" '"
shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND
ME expelled the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS:
pressure applied At the conclusion of the pressure test, the
corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be Aushedpoly-
Aw under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may
air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe.If Ao hyd;an;is insWilod 24 the and
furnish the water necessary to fill the pipelines for testing purposes „cam;;,�e main cannot be "poly-pigged", then a tap shall be
at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in
vow normal system operation. the main.
The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua-
required pressure, stopping the pump for a minimum of two hours, Swab-AS 21b/cu-ft density foam with 90A durometer urethane
it and then pumping the main up to the test pressure again. During rubber coating on the rear of the "Poly-pig" only. The "Poly-pig"
the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end.
visible leakage. A clean container shall be used for holding water
for pumping up pressure on the main being tested. This makeup
4W water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinfection shall be
concentration of 50 mg/1. accomplished in accordance with the City's standard detail. Water
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing
accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm drainage system
am of suitable size such that accurate volume measurements can be or any water way.
made by the Owner or, 2) by pumping through a positive
displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand
ow
Page-SP-35
Revision Date:May 19, 1997
arr
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
1t1�
SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components:
REPLACED WITH. Tiebolt: ASTM A242, type 2 zinc plated or hot-dip
galvanized. SST 7:5/8" for 2" and 3" mechanical joints 3/4" for
7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized.
to 12" mechanical joints ASTM A325 type 31) except tensile
Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000
laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat
SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS. treating (quenching and tempering) to manufactures reheat and
hardness specifications. SST 753: 3/4" for 14" to 24" mechanical
7-11.3(12)K Retention Period (RC) points. same ASTM specification as SST 7. SST 77. 3/4" same as
Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eye for 7/8" rod. same ASTM specification as
but no long than 48 hours. After this period, the chlorine residual SST 7.
at pipe extremities and at other representative points shall be at Tienut• heavy hex nut for each tiebolt: SS8. 5/8" and 3/4",
least 25 mg/1. ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4" ASTM
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS. A563, grade A, zinc plated or hot-dip galvanized
7-11.3(12)N Final Flushing and Testing (RC) Tiecoupling: used to extend continuous threaded rods and are
Before placing the lines into service, a satisfactory report shall provided with a center stop to aid installation zinc plated or hot-
dip galvanized. SS10: for 5/8" and 3/4" tierods ASTM A563
be received from the local or State health department or an `
approved testing lab on samples collected from representative grade C3. S10: for 5/8" and 3/4" tierods ASTM A563 grade A
points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths
bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 518" and 3/4" diameters
ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter,
SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36,A307.
ADDING THE FOLLOWING. Tiewasher: round flat washers zinc plated or hot-dip
7-11.3(13) Concrete Thrust BIocking and Dead-Man galvanized. SS17:ASTM A242 F436. S17:ANSI B18.22.1
Block (RC) Installation:
Install the joint restraint system in accordance with the
Provide concrete blocking at all hydrants fittings and manufactures instructions so all joints are mechanically locked
horizontal or vertical angle points. Conform to The City of Renton together to prevent joint separation. Tiebolts shall be installed to
standard details for general blocking, and vertical blocks herein. pull against the mechanical joint body and not the MJ follower. rrj
All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings
plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange
or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe.
around joints. The forms shall be stripped prior to backfilling.
Joint restraint(shackle rods), where required, shall be installed in
accordance with section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the Pipe Diameter Number of 3/4"
plans. The dead-man block shall include reinforcing steels shackle
rods, installation and removal of formwork. Tie Rods Required
Blocking shall be commercial concrete (hand mixed concrete 4" ••"""""""""""""......•••2
is not allowed)and poured in place. 6"......•.............................2
8" ...........................................3 j
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION. 10"...........................................4
12"...........................................6
7-11.3(15) Joint Restraint Systems (RC) 14"...........................................g
General: 16"...........................................8 11
Where shown on the plans or in the specifications or required by 18"...........................................8
the engineer, joint restraint system (shackle rods)shall be used. all 20"...........................................10
joint restraint materials used shall be those manufactured by star 24"...........................................14
national products, 1323 holly avenue PO box 258, Columbus Ohio 30"...........................................(16-7/8"rods)
43216, unless an equal alternate is approved in writing by the 36"...........................................(24-7/8"rods)
engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten), ASTM A242, heat- Where a manufactures mechanical joint valve or fitting is
treated,superstar "SST"series.
High strength low-alloy steel(cor-ten), ASTM A242 superstar supplied with slots for "T" bolts instead of holes a flanged valve MIr
with a flange by mechanical joint adapter shall be used instead so
"SS"series. as to provide adequate space for locating the tiebolts.
Items to be galvanized are to meet the following requirements: Where a continuous run of pipe is required to be restrained
ASTM A153 for galvanizing iron and steel hardware. no run of restrained pipe shall be greater than 60 feet in length
ASTM A123 for galvanizing rolled pressed and forged steel between fittings. Insert long body solid sleeves as required on
shapes. longer runs to keep tierod lengths to the 60 foot maximum. Pipe
used in continuously restrained runs shall be mechanical joint pipe
and tiebolts shall be installed as rod guides at each joint.
Page-SP-36
Revision Date.May 19, 1997
N
7-12 Valves for Water Mains 7-12 Valves for Water Mains
rr
Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains
tiecouplings, tierods, and tiewashers, shall be galvanized. All
disturbed sections will be painted, to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS.
*W with koppers bitomastic no. 300-m, or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS:
tiecouplings, tierods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with 7-123(1) Installation of Valve Marker Post (RC)
koppers bitumastic no. 800-m, or approved equal. Where required, a valve marker post shall be furnished and
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the
considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with
rwrr
payment shall be made. 18 inches of the post exposed above grade. The exposed po;tion @
SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7-11.4 Measurement (RC)
Measurement for payment of concrete thrust blocking and
dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION:
'included as separate pay items. If not included as separate pay
y items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC?
shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as
and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton
Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited
wr mains will be per each for each connection to existing water to, the locations shown on the Plans.
majn(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to
SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in
accordance with the applicable portions of Section 7-12.
49V 7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked
with debris, the Contractor shall use whatever means necessary to
"_Pipe for Water Main and Fittings _In. Diam.", per remove such debris, leaving the valve installation in a fully
lineal foot. operable condition.
to The unit contract price per linear foot for each size and kind
The valve box shall be set to an elevation tolerance of one-
of "_Pipe for Water Main —In. Diam." shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade.
all work to complete the installation of the water main including
ow but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE
pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING:
of polyethylene wrap, cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement
insertion and removal of poly-pigs, temporary thrust blocks and
1, blow-off assemblies, testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured
shackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a
removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value
hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental.
rr shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the
"Concrete Thrust Blocking and Dead-Man Blocks", per cubic measurement for hydrant assembly and will not be included in this
yard. measurement item.
The unit contract price bid for "Concrete Thrust Blocking and
+w+ TED Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE
materials, equipment for the installation of the concrete thrust FOLLOWING:
blocks and dead- man blocks, including but not limited_ to "Gate Valve from 4 inch to 10 inch in diameter and Valve
excavation, dewatering, haul and disposal of unsuitable materials, Box," per each.
rrs The unit contract price per each for the valve of the specified
concrete, reinforcing steel, shackle rods and formwork. If this
item is not included in the contract schedule of prices, then thrust size, shall be full pay for all labor, equipment and material to
blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main,
installation of the pipe and no further compensation shall be made. including trenching, jointing, blocking of valve, painting,
"Connection to Existing Water Mains", per each.
disinfecting, hydrostatic testing, cast-iron valve box and extensions
The unit contract price per each connection to existing water as required, valve nut extensions,adjustment to final grade.
mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault," per each.
materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve
" assembly, shall be full pay for all labor, equipment and material to
furnish and install the valve complete in place on the water main,
including trenching, jointing, blocking of valve, by-pass assembly,
r cast-iron casting and cover, ladder rung, concrete risers as
required,adjustment to final grade.
"16 inch and larger Butterfly Valve and Concrete Vault," per
each.
wrr
Page-SP-37
Revision Date:May 19, 1997
r
7-14 Hydrants 7-14 Hydrants
No
The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories,
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are
and material to furnish and install the valve complete in place on outside right-of-way).
the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance to
painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15).
casting and cover, ladder, concrete risers as required, adjustment SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE
to final grade.
FOLLOWING:
"Blow-off assembly,"per each.
The unit contract price per each for each blow-off assembly 7-14.3(3) Resetting Existing Hydrants (RC)
shall be for all, labor, equipment and material to complete the This work shall conform to Section 7-14.3(1). All hydrants
installation of the assembly per the City of Renton Water Standard shall be rebuilt to the approval of the City(or replaced with a new
Detail,latest revision.
hydrant). All rubber gaskets shall be replaced with new gaskets of
"Air-Release/Air-Vacuum Valve Assembly," per each.
the type required for a new installation of the same type.
The unit contract price per for air-release/air-vacuum valve
assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING:
to, excavating, tapping the main, laying and jointing the pipe and
fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC)
disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced
"Adjust Existing Valve Box to Grade (RC)," per each. with new gaskets of the type required for a new installation of the
The contract bid price for "Adjust Existing Valve Box to same type.
Grade" above shall be full compensation for all labor, material,
tools and equipment necessary to satisfactorily complete the work SECTION 7-I4.5 IS REVISED AS FOLLOWS:
as defined in the Contract Documents, including all incidental 7-14.5 Payment (RC)
work. If not included as a separate pay item in the Contract, but
required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for 4
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made. "Hydrant Assembly", per each.
The unit contract price per each for"Hydrant Assembly" shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary gate valve, shackles,
tie rods, concrete blocks, gravel, and painting and guard posts
required for the complete installation of the hydrant assembly as *0
-pest, specified. The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made.T
7-14 Hydrants
"Resetting Existing Hydrants",per each.
7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing I
Hydrant" shall be full pay for all work to reset the existing
SECTION 7-.14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant),
FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
7-14.3(1) Setting Hydrants(RC) considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed +rY
portion of the hydrant shall be painted with eaetwo field coats. The . Guard posts, shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract.
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants",per each.
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing VA
Hydrants shall be installed in accordance with AW WA Hydrant" shall be full pay for all work to move the existing
specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details. Hydrant and guard posts shall be painted h dram shackling, blocking, painting, and guard posts and
in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment
specifications and guard posts painted with two coats of shall be made New pips fQr-k,dranl Gopmersions will be paid fe;as
preservative paint NO. 43-655 safety yellow or approved equal. . Guard posts, shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract.
installation with connections to 6", 8" AND 10" piping in trenches
3 - 1/2 feet deep unless otherwise specified. The hydrant shall be
designed for a 4-1/2 foot burial where 12" and larger pipe is
shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron
tee(MJ x FL),6" gate valve(FL x MJ), 6" DI spool(PE x PE),5-
1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, rM
Page-SP-38
Revision Date:May 19, 1997
7-15 Service Connections 7-17 Sanitary Sewers
t
7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
SECTION 7-15.31S SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC)
Once the television inspection has been completed the
7-15.3 Construction Details (RC} contractor shall submit To the Engineer the written reports of the
Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color
lines shall be copper. and compatible with the City's viewing and recording systems. The
Where instalation is in existing paved streets,the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes
shall be installed by a trenchless percussion and impact method will be run at standard speed SP(15/16 I.P.S.).
wrr (hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS
fails, regular open trench methods may be used. FOLLOWS:
SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS. 7-17.4 Measurement(RC)
The length of sewer pipe will be the number of linear feet of
r 7-15.5 Payment (RC) completed installation measured along the invert and will include
Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear
the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of
"Service Connection_In. Diam.", per each. manhole or to the inside face of catch basins and similar type
The unit contract price per each for "Service Connection_ structures.
In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with
connection, including but not limited to, excavating or oe- Section 7-17.3(2) will be the number of linear feet of completed
ow hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested.
and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill
of the service connection. Sewer" will be determined by the cubic yard in place,measured by
the neat line dimensions shown in the Plans, or by the Ton on truck
war 7-17 Sanitary Sewers tickets.
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
SECTION 7-1_7.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS:
f,w, 7-17.5 Payment (RC)
7-17.2 Materials (RQ (SA) Payment will be made in accordance with Section 1-04.1, for
Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Conc. of 17 G.--Sewer Pipe _ In. Diam.", per linear
'W Concrete AR Cewiesita foot.
Iliwitied c3ay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear
Ductile Iron foot.
rr Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe_In. Diam.", per linear foot.
sections. "Ductile Iron Sewer Pipe_In. Diam.",per linear foot.
Plain Concrete Storm Sewer Pipe 9-05.7(1) _
Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
rw Ui4; 4@d C!a,�co...o,AP6 9 05 2 kind and size specified shall be full pay for furnishing, hauling,and
PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes,
Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and
ADS r,,...pgsi.o SvA,@.Pipe ;O5 14 adjustment of inverts to manholes for the completion of the
ar installation to the required lines and grades.
All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe", per linear foot.
thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer
conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment
required to conduct the leakage tests required in Section 7-17.3(2).
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be
FOLLOWING: considered incidental to the pipe items.
No 7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per
(RC} cubic yard.
When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and
shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work
rr trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable
shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A.
trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic
Y
Any construction debris which enter the existing downstream yard, or Ton.
a"" system, shall be removed by the contractor at his expense, and to The unit contract price per cubic yard, or Ton for "Bank Run
the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work to
outlet shall be plugged until acceptance by the Engineer. furnish, place, and compact material in the trench.
"Television Inspection",per Lump Sum.
rrr
Page-SP-39
Revision Date:May 19, 1997
err
8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
Miscellaneous Construction
8-13.5 Payment
"Reset Existing Monument"per each.
8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall
be incidental unless included as a pay item in the Schedule of
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE
"Raised Pavement Marker Type 1", per eachhuadral. FOLLOWING:
"Raised Pavement Marker Type 2", per each#uad;ed—. $-14.3(4) Curing(RC) 1
"Raised Pavement Marker Type 3- In.", per
eachhusd"d. The Contractor shall have readily available sufficient
"Recessed Pavement Marker", per eachhuadied. protective covering,such as waterproof paper or plastic membrane
The unit contract price per eachhundred for "Raised Pavement to cover the pour of an entire day in the event of rain or other
Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather.
Pavement Marker Type 3- In." and "Recessed Pavement The Contractor shall be responsible for barricading
Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed concrete
necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and
with these Specifications including all cost involved with traffic replaced at the expense of the Contractor.
control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE
control is listed in the FOLLOWING:
contract as a separate pay item. {
8-14.4 Measurement(RC)
8-10 Guide Posts When the contract contains a pay item for "Curb Ramp
Cement Concrete," the per each measurement shall include all Cllr
costs for the complete installation per the plans and standard details
8-13 Monument Cases including expansion joint material, curb and gutter and ramped
sidewalk section. Sawcutting, removal and disposal of excavated
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk crushed 4W
FOLLOWS: surfacing base materials and all other work materials and
equipment required per Section 8-14 shall be included in the per
8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of these
This work shall consist of furnishing and placing monument
other items are listed and specified to be paid as separate pay
cases and covers, in accordance with the Standard Plans and these items.
Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp
the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation then
supplied surveyor. quantities shall be measured with and paid for under the bid items
for Curb and Gutter and for Cement Concrete Sidewalk. When
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete the payment
FOLLOWS: shall be included in the pay item for "Miscellaneous and/or
8-13.3 Construction Requirements
Driveway Asphalt Concrete."
The monument will be furnished and set by the Engineer SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE
or by FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the 8-14.5 Payment(RC)
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to construction. "Curb Ramp,Cement Concrete," per each.
After construction is complete, the monuments shall be re- Payment for excavation of material not related to the lift
established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the
FOLLOWING: Contractor shall make all excavations including haul and disposal,
8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the
lines and grades shown, and shall include all costs thereof in the
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk
impacted by contraction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete."
contract unless specifically called out to be paid as a bid item.
Page-SP-40
Revising Date:May 19,1997
8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical
wr.
8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
which prove necessary for the completion of the project.
at THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the
contractor. Trench width will, however, be of sufficient size so
SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths
8-17.5—Payment (RC) specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
ar If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per
then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D.
pay item for "Traffic Control."
SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
ow 8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC)
and Electrical
rr 8-20.2 Materials (;4)C•
Where obstructions prevent construction of planned
SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
1W FOLLOWING. satisfactory to the Engineer.
8-20.2(1) Equipment List and Drawings (RC) Vie*
The Contractor shall submit for approval six sets of shop
r drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the
this project: foundations for and to the dimensions specified in table 1 below.
1. Light standards with or without pre-approved plans. The anchor bolts shall match that of the device to be installed
2. Signal standards with or without pre-approved plans. thereon.
wr
3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation
4. Metal Strain Poles. construction site and disposed of at the contractor's expense.
Concrete shall be placed against undisturbed earth if possible.
Disturbed earth or backfill material shall be compacted to 95
' ' listod 4;;he percent of the material's maximum density. Before placing the
The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other
shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the
aw dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations
and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship-
like manner. Concrete shall be promptly cleaned from the exposed
SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement.
yam, ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period, the contractor may install the applicable device
8-20.3(2) Excavating and Backfilling (RC) thereon.
The contractor shall supply trench within the unit widths and
ww
to the specified depths at the locations indicated on the contract Table 1
plans or as directed by the engineer.
The contractor shall have approved compaction equipment on ape of device Dimensions
site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia.
+rwr performed at the time of the initial backfilling of the trench unless Signal Pole up to 40'mast arm 7'Deep x 3' Sq or Dia.
directed otherwise by the engineer. Signal Controller See Detail Sheet
Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet
with the trench bottom graded to provide a uniform grade. No Special Base See Detail Sheet
wr work shall be covered until it has been examined by the engineer.
backfill material used for fill around and over this conduit system
shall be free of rocks greater than two inches in diameter to a depth All concrete foundations shall be constructed in the manner
of six inches above the conduit. specified below:
Trench within the roadway area shall use select trench backfill 1. Where sidewalk or raised islands are to be constructed as a
which shall consist of 5/8th inch minus crushed surfacing top part of this project, the top the foundation shall be made
sidewalk
course or other material as indicated in the special provisions or flush with the top of the sdewalk or island. (See detail
schedule of prices and directed for use by the engineer. The source sheet
� and quality of the material shall be subject to approval by the 2. Where no sidewalks are to be installed,the grade for the top
engineer. Trench backfill within the sidewalk area shall be made of the foundation shall be as specified by the engineer.(See
with acceptable materials from the excavation subject to the detail sheet
Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on
necessary pan and incidental to the excavation in accordance with the plans or as located by the engineer in the field.
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by the Engineer. The
ow
Page-SP-41
Revision Date:May 19, 1997
wwP
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed.
FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise
in the Plans or Special Provisions.
8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or Il
Bushings. Wall thickness of conduit shall be consistent within
lesatieas* continuous conduit runs with no mixing of different schedule types
between terminations.
2• A', '2;Iron 'G;QSG; gG The contractor shall provide and install all conduit and
necessary fittings at the locations noted on the plans. Conduit size
bex. shall be as indicated on the wiring and conduit schedule shown on
1D ans.
Conduit to be provided and installed shall be of the type
's. indicated below:
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM
standards shall be used whenever the conduit is to be placed other
than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to
ASTM standards shall be used when the conduit is to be placed
within the roadway area.
All joints shall be made with strict compliance to the
manufacturer's recommendations regarding cement used and
environmental conditions.
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
8-20.3(6) Junction Boxes
The contractor shall provide and install junction boxes of the
8- All Qtha; iRgwd in'ho oontr-2Gt type and size at the locations specified in the plans and as per detail
9- 411 PAR sxts;aally sheets.
The inscription on the covers of all junction boxes shall be as
indicated below:
1. Street lighting only: "Lighting"
.tie Stmdmd n1.,.... rT,,Rmet2lli ,...dull is A@& "n.w@d f. 2. Signal only: "Signals"
r,NpfQr-;A@d-bar;ie; 3. Traffic signal and street lighting: "TS-LT" �f11
4. Telemetry only: "Telemetry"
r4lbiert;Q&1;0 fQ11 Inscriptions on junction boxes performing the same function,
;;he ugs 99 21i'miAum G91;duit A211 be i.e. street lighting, traffic signal, or both, shall be consistent
throughout the project. All junction boxes shall be installed in
steel. conformance with provisions contained in the standard plans and
detail sheets.
,4@-",,;r -Q;;d;;, shall be ,,,,,,,e,, ,m,,e„ a lay The unit contract price per each for "Type I" or "Type 11"
junction box shall be full compensation for furnishing same and for
all costs of labor, material, tools, and equipment necessary to
provide and install the junction boxes including excavation,
backfilling and compaction all in accordance with plans,
If allowed in the Plans or if obstructions are encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames.
All function boxes and associated concrete pads shall be
install conduits by open trenching. Open trench construction shall
conform n the following: installed on compacted sub grade which shall include six inches of
pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed
1. The
deep. The cuts shall a parallel a each other and extend 3 inc es under and around the base of the junction box. Concrete shall be
1 foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include trW1
3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a
over conduits below the roadbed, and 18 finches below finished 4" thick Class "B" cement concrete pad enclosing the junction box
other areas.. as per the plans, specifications and detail sheets. Installation of the
grade in all o
T.ethe areas.. ,, ,, ,,a , ;, ,,o" �" ,�o , , -, �;,,�e�e{ crushed surfacing and the concrete pad shall be incidental to the
4. unit price per junction box and no further compensation will be
beg'5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for "crushed
restored per the Renton Standard Detail. baGkfillod w4l 3 inchag @ surfacing"and/or for"concrete pad."
ut,-4eAewed
tliif
Page-SP-42
Revision Date:May 19,1997
Mrtl
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
+fir
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS: necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
rrr 8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer, will be borne by the Mate .
Three types of power service are used as indicated below:
'rP I. Type I system shall be single phase 120 volt, 2 wire, 60 cycle
A.C. (traffic signal service only)
2. Type II, system shall be single phase 240 volt,2 wire,60 cycle
A.C. (street lighting non contactor, individual controlled
photo-cell with no neutral wire)
3. Type III system shall be single phase 120/240 volt, 3 wire 60
cycle A.C. (street lighting contactor/traffic signal, grounded
r,, neutral service)
The power service point shall be as noted on the plans an d
ceacluit+ shall be verified by the electrical servicing utility.
Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service
im conform to all Code requirements. agreement letters and numbers.-The markings shall be installed on
Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings
accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint
i0„ shall be accomplished only at the service. conforming to Federal Specification TT-E-489.
SECTION 8-20.3(11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
+r 8-20.3(11) Field Test (RC)
the i:,Q:allati,,. ..:n bo ui-pod to s,.,..h y the
,„ flag: agetaHen a—misirnum of thme r.-IoAd2; -423,s, he
IQ Us dais F GhaAging fin flashi.. ;Q 640.. ..A go QP@;a&;QA
S
All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on
which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends,
to copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday.
complete with a#8 AWG bare copper bonding strap located in the
nearest junction box. All signal controller cabinets and 1. Requests for traffic signal turn on will not be considered until a
signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place.
am diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the
in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on
in accordance with the plans, specifications and applicable codes. date.
Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered_until
tw are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has
are also miscellaneous items unless a separate pay item is provided been energized by the electric utility.
in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required
for signal turn on.
wr SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan
FOLLOWS: before requesting signal turn on date. Any deletions of
channelization prior to turn on must be approved by the
ow 8-20.3(10) Service (RC) engineer.
Power sources shown in the Plans are approximate only;exact 6. City forces shall provide, post and maintain proper signing
location will be determined in the field. warning of new signal ahead.
8-20.3(13) Illumination Systems
SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
noted ;p+ Rarer,& 8-20.3(13)A Light Standards(RC) (SA)
2666mbly-
.r.
Page-SP-43
Revision Date:May 19, 1997
�r.
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
All poles and davit arms shall be designed to support a
luminaire weight of 50 lbs. or more and to withstand pressures
2. ,411 washers skull he A�SUT^ 44 164 (n STn r e 31 c) caused by wind loads of 85 m.p.h. with gust factor of 1.3.
All poles shall maintain a minimum safety factor of 4.38 p.s.i.
slip plaw and;he keeper plate on yield strength of weight load and 2.33 p.s.i. for basic wind
3. Anchor bolts shall extend through the top heavy hex nut two pressure.
full threads. Davit Arms:
4 Clamping boj;&Ghat, he^o,,, A A SUTO M 164 (A cTTA A 325) The davit style arm shall incorporate a 5'9" radius bend
e;ASXM A 449 boll; with G'°^^ w;jd&^ ;ig@d th;@2+ The as measured from the centerline of the shaft. The outer portion of
the arm shall be nearly horizontal to +2' above horizontal and
shall be furnished with a 2" diameter shipfitter with a maximum
length of 8 inches to fit the luminaire specified. The pole end of
the davit arm tube shall be fastened securely to the top of the shaft
producing a flush joint with an even profile.
Anchor Base:
A one piece anchor base of adequate strength, shape and
6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment
repair procedure is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with fouri
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall
include removing the damaged portion of the anchor bolt, be provided with each pole.
cutting threads on the undamaged portion to remain, the Anchor Bolts:
installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and +rrY
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The
bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending
R. be installed plumb, t 1 degree. moment of the pole shaft at its yield point
The contractor shall assure that all anchor bolts conform to the
Standard-P"AR recommended ASTM specifications of the pole manufacturer and
shall secure and submit to the City for approval all manufacturer
data on pole bending moment, anchor bolt fabrication data, test
results and any other data that may be required to confirm that the
anchor bolts meet these specifications.
Miscellaneous Hardware:
All hardware (bolts, nuts, screws, washers, etc.) needed
to complete the installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall supply and install a combination of
f'esadwigA 4-digits and one letter on each pole, whether individual luminaire
or signal pole with luminair. The letter and numbers combination
shall be mounted at the 15 foot level on the pole facing approaching
4 Tho pole shall be 66t 21;d plumbod; nad washo;r" Raw, and traffic. Legends shall be sealed with transparent film, resistant to Illil
dust,weather and ultraviolet exposure. The decal markers shall be
3 inch square with gothic gold, white reflectorized 2 inch legend on
Scaadxd-P-iaas. a black background. The I.D. number will be assigned to each
"' 'i^' 2i;d2;dr shall have ed "`°'^' *^^ pole at the end of the contract or project by the City traffic �
engineering office.
Cost for the decals shall be considered incidental to the
contract bid.
Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications.
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and
minimum burial of 10 percent of the total pole length plus 2 feet plumbed,nuts shall be tightened on anchor bolts using proper sized
and shall plumb or rake the poles as directed by the Engineer. sockets, open end,or box wrenches. Use of pliers, pipe wrenches,
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of
inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and
Page-SP-44
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
Aw
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION:
base plate. 8-20.3(14)F Opticom Priority Control Systems (RC)
Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500
'w portland cement and fine sand with just enough water so that the
Series, or approved equal. The Contractor shall supply one copy
mixture will stick together on being molded into a ball by hand,
of the manufacturer's software on original disks. Controller
and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the
rr drain hole shall be left in the bottom of the grout pad as shown on supplier
the standard detail.
SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
rrrr FOLLOWING: 8-20.3(15) Grout (RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall
division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together_on being
terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail.
terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
ar of the correct type of connector and crimping with pliers, wire FOLLOWS:
cutters etc., will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC)
appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as
ow shall be permitted unless otherwise indicated on the plans. All
illumination system _, traffic signal system
conductor runs shall be attached to appropriate signal terminal _ no specific unit of measurement or. s;affir.
boards with pressure type binding posts. The only exceptions shall will apply, but measurement will be for the sum total of all items
be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed.
'
loops.—� Conduit of the kind and diameter specified in the Schedule of
SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line
FOLLOWING(RC) length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
8-20.3(14)C Induction Loop Vehicle Detectors(RC) bid item.
11 Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
compression type connectors. Section 8-20.5 or as described in the contract schedule of prices
Aw SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions.
FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS:
Cable(RC) 8-20.5 Payment (RC)
The Contractor shall keep records of field testing and shall
furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that
are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System_", lump sum.
AS FOLLOWS: "Traffic Signal Display and Patogtign System _", lump
SUM.
8-20.3(14)E Signal Standards (RC) =Tra g Sign-!Gow;g!Sygtena lump sum
3. Disconnect connectors complete with pole and bracket
The lump sum contract price for "Illumination System
cable shall be installed in any signal standard supporting a and "Traffic Signal Pisplay and Dote-';^^ system _", aad
luminaire. "ua f:,.e:g:a! Con;;@! S! ", shall be full pay for furnishing
;A he 1212as for.411P Ar all labor, materials, tools, and equipment necessary for the
construction of the complete electrical system, modifying existing
�- systems, or both, as shown in the Plans and herein specified
14 The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit,
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during
Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all
WSDOT. required tests. All additional materials and labor, not shown in the
15 Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the
Aw proper sized sockets open end or box wrenches. Use of pipe electrical system,shall be included in the lump sum contract price.
wrenches or other tools which can damage the galvanization of the
nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve n hall bo full P25, f, fwmishil;g all pipe,
No adequate torquing of the nut(s).
Page-SP-45
Revision Date:May 19, 1997
No
8-20 Illumination,Traffic Signal Systenis,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
The unit per each price for (14)"Service cabinet" shall be full
compensation for furnishing and installing the fully equipped
cabinet and for risers, standoffs and any other materials, labor or
costs associated with providing electrical service as required by the
electrical utility, the contract plans, details and specifications and
not included as separate pay items in the contract schedule of
rip ces.
63LstB;n Ghow;i� "........Signal head......," per each.
All costs for installing conduit containing both signal and ".......Signal head mounting hardware," per lump sum.
illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting
signal system. hardware" shall be full compensation for supplying and installing
All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in
illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets.
prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting
The unit prices for the items listed below shall be full hardware," per each.
compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot.
labor, materials, tools, equipment and testing necessary and/or "3/C skid pre-emption cable,"per linear foot.
incidental for the full and complete installation as per the contract ...-pair shld interconnect cable," per linear foot.
plans, detail sheets and these specifications. "Traffic signal controller and cabinet," per each.
"Trench and Backfill.......... wide by........." deep, " per The unit contract price for "Traffic Signal Controller and
linear foot. Cabinet" shall be full compensation for furnishing and installing a
The unit contract price for (3) "Trench and Backfill" per fully equipped,wired and operational controller and cabinet.
linear foot shall be full compensation for excavating, loading, "Traffic signal wire,"per lump sum.
hauling and otherwise disposing of the waste materials, for "Signal standard,Type..., with ...-foot mast arm," per each.
backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot.
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth
accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full
"Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire,
shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans,
and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include
waste materials. providing and installing conduit stub-outs and soldered splices,
"........Foundation, .......," per each.* splices to loop return cables unless separate pay items are included
"Type .... Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting
*The unit per each price for(5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not
Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting.
per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
"Concrete Pad." proper locating of loop return "Stub-out", by direct routing of
"Concrete Pad," per square yard. "home runs" and by combining up to 4 pairs of loop wires in a
Measurement for (7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place.
the area of the junction box or foundation enclosed and shall be full ".......Splice kit,"per each.
compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each.
specifications and detail sheets. "Opticom discriminator card," per each.
Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier," per each.
......... Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each.
* The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each.
couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each.
and any other material, labor or equipment necessary to complete "Pedestrian signal pole,Type I, 10-feet," per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole," per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing
measurement at the end of each conduit run equal to the design foundation, removing and salvaging or re-installing existing
depth of the trench. No payment shall be made for additional equipment,plugging holes as required and installing the pole on its to
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental to
"Street Light Standard .......," per each. complete the installation and make the electrical equipment
........watt...Luminaire and lamp," per each. operational all in accordance with the plans, specifications and iii
........watt...Luminaire and lamp with photocell," per each. detail sheets.
"......AWG....copper wire," per linear foot. "Remove existing.......Foundation," per each.
"Service cabinet, "per each.
Page-SP-46
Revision Date:May 19, 1997
8-22 Pavement Marking 8-22 Pavement Marking
1
The unit per each price for "Remove existing foundation" Traffic Iea"Legend
shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
Nrreausing alphabetical letters..
8-22 Pavement Marking
wr SECTION 8-22.1 IS REVISED AS FOLLOWS: high.See contract plans and detail sheets.
8-22.1 Description (RC) SECTION 8-22.3(5)IS REVISED AS FOLLOWS:
Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC)
rrr A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
or "skip" pattern shall be based on a4A-foot 24-foot unit consisting within a1194eet 24-foot length of skip stripe shall not exceed plus I
of a_4940" 9-foot line and a-34#eet 15-foot gap. Skip center or minus 1 inch. Il
aw stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS:
two way highways.
Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC)
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
ow separated by a 4-inch ^- '-e.44-4;space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-aed-a
and for channelization.
Gore-sw4peApproach Stripe .
no A SOLID WHITE line, 8 inches wide, used-a�-�
to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION.
from through lanes, for traffic islands, and for hash marks. Hash 8-22.3( ) Removal of Traffic Markers(RC)
mark stripes shall be placed on 45 degree angle and 10 =feet
%W mark — The work to remove all old or conflicting stripes, Iines,
Lane Stripe buttons, or markers as required to complete the channelization of
A BROKEN WHITE line, 4 inches wide, used to the project as shown on the plans or detail sheets shall be
delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further
compensation shall be made unless a separate pay item or items are
broken or "skip" pattern shall be based on a-40-fee424-foot unit
Provided for such removal.
consisting of a 19-fees:9-foot line and a-394ee4 15-foot gap.
Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
aw A BROKEN WHITE line, 8 inches wide, used to FOLLOWS:
delineate a lane that ends at ^^ on ;amp. The broken or "skip"
pattern shall be based on a 24445-foot unit consisting of a 93-foot 8-22.4 Measurement(RC) (SA)
line and a 1542-foot gap. The measurement will be based on the travel distance-;squked
A 201-In vRr 1 03x7 IiA8 ,,
4 ingho" .:,re sepaFaged 400 e€a marking system capable...
Ge:eApproach stripe, barrier stripe, crosswalk stripe, and
99 Sol ID stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be measured by the unit with each arrow
4�-ieb-space- head defined as a unit.
a
Traffic k te.FSlegends, handicapped parking stall symbols,
preferential lane symbols, railroad crossing symbols, drainage
markings, and cycle detector symbols will be measured by the unit.
Measurement for paint/plastic stripe line removed shall be by
gap-Two Way Left Turn Stripe the linear foot of ...... wide line or shall be included in the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay
space.The broken or "skip" pattern shall be based on a-40-9eat 24- item then removal of existing traffic markings shall be considered
foot unit consisting of a-IQ foot 9-foot line and a-3A-€eet 15-foot incidental to the payment for other items of work and no further
space. The solid line shall be installed to the right of the broken compensation shall be made.
line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
ar Crosswalk Stripe FOLLOWS:
A SOLID WHITE line,-42 8 inches wide and 10-feet
long, installed parallel to another crosswalk strip° .".:--.^-� 8-22.5 Payment (RC)
and
No parallel to the direction of traffic flow and centered in pairs on lane "Painted g;C Strip@",p Stripe", per linear foot.
lines and the center of lanes. See detail sheet..
Stop Bar "Painted Traffic 1ue;Legend",per each.
A SOLID WHITE line,-i-8 12, 18 or 24 inches wide "Plastic Traffic Law..;:Legend",per each.
art unless as noted othw;uise-in on the Contract plans. "Remove Paint Line ....." wide," per linear foot.*
Page-SP-47
Revision Date:May 19, 1997
r
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings
"Remove Plastic Line......" Wide," per linear foot.* 8-23 Temporary Pavement Markings
"Remove existing traffic markings, "per lump sum.*
* The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE
"Remove Plastic Line" and the lump sum contract price for FOLLOWING: to
"Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RQ
and detail sheets. If these pay items do not appear in the contract
schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for
markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the
other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item is
made. included as a bid item.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools, material, and equipment
necessary for the completion of the work as specified.
tali
Page-SP-48
Revision Date:May 19, 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
ow
Division 9 material for payment may be produced for use on a project until the
job mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in Section_2:QL.8(2)
iW
and remain within the limits set forth in 9-03.8(6). The
determination of the job mix formula shall be the responsibility of
the Contractor.
9-00 Definitions and Tests
No The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
go 9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment toiw the
JMF.
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
r applicable requirements described elsewhere in the contract and shall include as a minimum:
specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size.
requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
to d. Mixing temperature.
9-02 Bituminous Materials e. Compaction temperature.
f. Anti-strip agent content.
0 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
SECTION 9-02.I(IO)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
400 9-02.1(10) Loop Sealant (RC) Engineer before the new material is used.
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 The aver-age gr-ada ign of Qe Ggmplewd ftsphals
specifications of ASTM D3407 and shall be installed with an GwIGF849 Mix submigad by 'ho cons--=Q; in the a°°'""
approved applicator in conformance with manufacturer's Desigi,_ 1Z°,.,..,,,.,°.,d2t;9..r, Gh2ll be the IMP Any change e-
wrr recommendations.
The contractor shall request and obtain approval from the now"IMP
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_and-�djustmonw.
detector loops and shall submit manufacturer cutsheets or other a. After the JMF is
Orr data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of
determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances:
only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits
applied in conformance with the methods required as to The tolerance limit for each
ow temperature and means of application such as to completely fill the mix constituent shall not
sawcut area, encapsulate the loop wires and adhere to the exceed the broad band
pavement. specification limits specified
in Section 9-03.8(6).
9-03 Aggregates Aggregate passing i", Broad band specification
3/4 5/8', 1/2", and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS. 3/8" sieves
9-03.8(6)A Basis of Acceptance(RC) Aggregate passing 1/4" sieve t 6%
1. Asphalt Concrete will be accepted based on its Aggregate passing No. 10 sieve t 5%
conformance to the project job mix formula (JMF). Per•-ilia Aggregate passing No. 40 sieve N 4%
P J J ( �• Aggregate passing No. 200 sieve f2% Notel
Asphalt cement t 0.5%Note2
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9-03.8(6).
rr Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
Pavement),2.5% for 50% RAP or more.
Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20%
;he rangineer. 'Vial dowmina the asphalt Vontent, an;; strip RAP, but less than 50% RAP, 1.0%for 509o' RAP or greater.
air These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine acceptance.
3-
+01 No
Page-SP-49
Revision Date:May 19, 1997
do
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits
SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) j
Joint assembly design shall be reinforced concrete bell and
9 Adjustment& spigot type incorporating a fully retained single rubber gasket in
accordance with ASTM C361 or AWWA C302. Rubber gasket
material shall be neoprene.
a 1 1 c .h ,h°T�1 In �� SECTION 9-05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING:
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
Drn:urt Enni .. d the channa will ;QdUr°—mato;i2l 0 (RC)
equal Q; beuar. quality �Pbo 2199-c adjuguaantg ai;d4g; 21;31 A'Aher.
Hydrostatic testing of rubber gasket joints shall be performed
in accordance with ASTM C361 or AWWA C302 except test
a
1*4P Th dj . a ;Mp Plus the 211,,wed pressure shall be 5 psi.
1 . , shall be ith. tho range- of dw b;@2d b2FA SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
spesAGMieas, FOLLOWS: tt l
Z A sph..li Content The R;ojsGt Engineer. m order. or.
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)
99 Q 3 p@;:G@A; 401A 4hS 2PPFQ;I@d P40 NO f4eld Steel &pir-21 ;;b sto;m sews; pips Ghall me@; the
tie spagificatier+s.
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall
Butyl rubber shall conform to ASTM D2000,M1 BG 610. be furnished with pipe ends cut perpendicular to the longitudinal I
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
Conduits
SECTION 9-05.4 IS REVISED AS FOLLOWS:
1 A A SHTO M 36 Qwuon'1 '1 7
r
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) 2, ^2"'n->, l "° :n h ...:a° h.. Q4375 in..h (minim^"''
Steel culvert pipe and pipe arch shall meet the requirements of s, 314 in..h wia° lay 549 inch deep 29 31 ingher sawn,
AASHTO M 36, Type I and Type II. Welded seam aluminum eente
coated (aluminized) corrugated steel pipe and pipe arch with Pipe Ghai! be fQb;ir2t@d A-th ands that ran be effoGtivel*
metallized coating applied inside and out following welding is
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2) IS DELETED AND REPLACED BY THE
FOLLOWING: Steel spiral rib storm sewer pipe shall be manufactured of
metallic coated (aluminized or galvanized) corrugated steel and
9-05.7(2) Reinforced Concrete Storm Sewer Pipe inspected in conformance with Section 9-05.4. The size, coating,
(RC) and metal shall be as shown in the Plans or in the Specifications.
Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project
requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a it
in the manufacture of reinforced concrete pipe shall be Type II in single thickness of material. The ribs shall be essentially
conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness
otherwise specified. (2t) plus or minus 1/8 inch (measured outside to outside) and a
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical to
FOLLOWING: distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib). The maximum
9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the
(D-load)test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch
test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs
AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam, a stiffener shall be included midway
Page-SP-SO
Revision Date:May 19, 1997
1
9-06 Structural Steel and Related Materials 9-08 Paints
wr
between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured
fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the
aw bands. metal at the corners of the ribs shall be 0.0625 inch with an
When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall
spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 314 inch +
For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the
from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum
1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured
.4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
shall be 4.80 inches center to center (measured normal to the metal at the comers of the ribs shall be 0.0625 inch with an
direction of the ribs). The radius of bend of the metal at the allowable tolerance of+ 10 percent.
corners of the ribs shall be 0.0625 inch with an allowable tolerance
of-10 percent. 9-06 Structural Steel and Related Materials
>wrr SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION.
9-06.5 Bolts
9-05.12(3) CPEP Sewer Pipe (RC)
CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING.
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RC)
Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal
pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall
ow AASHTO M294. meet the recommended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
SECTION 9-05.14 IS DELETED: any and all data concerning fabrication, strength test results, mill
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
to FOLLOWS: bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the
(RC) Contractor can submit documentation from the manufacturer
No Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon:
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles
to be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of
g a sket ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
be a full one inch in diameter with a hot forged four inch "L" bend
on the bottom end and a minimum of six inches of die-cut threads
410 on the top end.
1 n 2=0 r 196 sag4i,.. 7 , 2. The anchor bolts for signal poles and strain poles shall
n 5 :.,,.ti 1.1i :.,,a ...ide by Q 4375 inch (..,:n:...um) meet the specifications as designated on the approved
manufacturer's pole plans and/or supplemental plans or
am 3 314 :.,,.ti 4. ,IS :..,.ti wide by n oc in-1. (..,;,.:..,um) doop specifications provided by the manufacturer.
All anchor bolts, nuts and washers shall meet the pole
manufacturer's specifications and shall be hot dipped galvanized
cgpte; unless such galvanization is not permitted for the type of steel as
am per Section 9-06.5(4).
9-08 Paints
ow
SECTION 9-08.81S A NEW SECTION:
9-08.8 Manhole Coating System Products (RC)
For spiral rib storm sewer pipe, helical ribs shall project
1W outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification(RC)
inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall be used for
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces
.m with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
OWN from a single thickness of material. The ribs shall be 0.375 inch +
Page-SP-51
Revision Date:May 19, 1997
IM
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS W
FOLLOWS:
A. General
1. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each terminal end with a
wrap-around type numbering strip bearing the circuit number
a. Buried, and White C-1 shown on the plans.
exposed No splicing of any traffic signal conductor shall be permitted
concrete unless otherwise indicated on the plans. All conductor runs shall
surfaces. be pulled to the appropriate signal terminal compartment board
with pressure type binding posts. The only exceptions shall be the
9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loops.
A. High Solids Urethane The contractor shall provide and install all the necessary
wiring, fuses and fittings so as to complete the installation of the
Coating System: C1 signal and lighting equipment as shown on the plans. All materials
Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall
Surfaces: Concrete comply with applicable sections of the National Electrical Code.
Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1241 AWG stranded
(Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethylene to
Application: Shop/Field The drying time type RHH-RHW insulation of code thickness.
between coats shall not exceed (11)Six pai;.sCommunications cable (=C}shall meet REA
24hours in any case specification PE-39 and shall have sic—gain—No. 19 AWG wires
System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable 19
Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside of
MC-Conseal high solids the cable.
urethane 2( 0 DFT)Finish: The shielded communications/signal interconnect cable shall
Two or more coats of Wasser
meet the following:
MC-Conseal (min. 4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, size 19
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or
Admixtures polypropylene, with telephone industry color coding.
3. Cable core assembly: insulated conductors are twisted
SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk
and meet strict capacitance limits.
9-23.9 Fly Ash(RC) 4. Shielding: A corrosion/oxidation resistant tinted ethylene
Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum
tape shield is applied longitudinally with shielding coverage. A
.005 corrugated tape applied in the same manner is acceptable.
9-29 Illumination, Signals, Electrical 5. Outer jacket: A black, low density high molecular weight
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight,
FOLLOWING. temperature variations and other environmental conditions plus
abuse during installation) is extruded overall to provide a
9-29.1 Conduit(RC) continuous covering.
The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed
indicated below:
sequentially a minimum of 2' along the outer jacket.
1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded
ASTM,Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including_the
area between the outer jacket and the shield.
2. Schedule 40 heavy wall P.V.C. conforming to ASTM
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE Igo
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE
(Diamond pattern)as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as
9-29.10 Luminaires (RC)
follows:
1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket.
2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor.
The above inscriptions shall not be higher than the top surface
of the cover plates.
Page-SP-52
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
war
The manufacturer's name or symbol shall be clearly marked re-energize without change.
on each luminaire.
m 9-29.11 Control Equipment r-equiped
5. Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
r• 9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict
Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take
operate on 120 volts, 60 Hz. The unit shall consist of a light command of the signal displays at the beginning of artery
sensitive element connected to necessary control relays. The unit 9r-6" e)y low
" shall be so designed that a failure of any electronic component will
6. Flash unit shall be a two circuit type, capable of
energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of
The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per
values in the temperature range of -55 degrees C to +70 degrees minute.
C. The photo cell shall be mounted externally on top of the
luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
control the system shall be mounted on the luminaire nearest to the FOLLOWS:
iW service/contactor cabinet. The photo cell shall be capable of
switching "ON" 1,000 watts of incandescent toad as a minimum. 9-29.13(3) Emergency Pre-emption (RC)
Immediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
yrr FOLLOWING: clearance intervals and subsequent pre-emption intervals.
9-29.13 Traffic Signal Controllers(RC) Pre-emption shall sequence as noted in the contract. Pre-emption
equipment shall be installed so that internal wiring of the
The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not
rrr alternating current and shall use the power line frequency as a time altered.
base. The traffic signal controller shall meet the requirements of
the National Electrical Manufacturers Association (NEMA)
Standard Publications. phase.
''m Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules
transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible
rrr mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City
soldering. All components shall be standard"Off the shelf" items. of Renton is currently using and shall be capable of being activated
The traffic signal controller shall be capable of interfacing by the same transmitters.
with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an
shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a
master computer) and standby operation. Ile controller shall distance of up to 1800 feet (0.54 kilometers) along an unobstructed
establish the sequence of signal phases, including overlaps, in "line of sight" path. The system shall cause the traffic signals
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program.
so operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for
with volume density on each phase as required. All clearance field programmability. It shall consist of the following
timing and pedestrian timing shall be accomplished at the local components:
intersection. a. Optical energy detectors which shall be mounted on the
rri traffic signal mast arms and shall receive the optical energy
SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal.
FOLLOWS: b. Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle
2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence
located behind the police panel door is turned to the flash position, diagram.
the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights.
controller shall "STOP TIME." When the switch is placed on Optical Detector
a. Shall be of solid state construction.
automatic, the signals shall continue to flash for an additional
8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system
manufacturer to facilitate ease of installation.
flash period, unless otherwise specified, the controller shall
C. °Shall operate over an ambient temperature range of-40°
immediately resume normal cyclic operations at the beginning of F
artery g*eea elow.y l to +180 F(-40*C to +85 CZ
4. Power Interruption. On "NEMA" controllers any power d. Shall have internal circuitry encapsulated in a semi-
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture.
WA
shall re-energize consistent with No.2 above to ensure an 8 second e. Shall respond to the optical energy impulses generated by
flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro
of less than 475 plus or minus 25 milliseconds shall not cause Joule per square meter at the detector, a rise time less than one
resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than
rm thirty microseconds.
Page-SP-53
Revision Date:May 19, 1997
as
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Discriminator
Each module shall do the following:
a. Shall provide for a minimum of two channels of optical ps
detector input.
b. Shall provide for a minimum of two discrete channels of and podesiriw; Gall- shat r2.;; be. iewad
optically isolated output.
When a pre-emption detector detects an emergency vehicle,
the phase selector shall hold the controller in the required phase or
advance directly to that phase after observing all vehicle
clearances. The phase selector shall hold the controller in the
"
phase selected until the detector no longer detects the emergency - lair fa:aw.° allows -°t,,, ing ,,,,f- °-t Upon an
vehicle.
ill
When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully-
not respond to any other detector until calls from the first detector actuated, volume-density operation shall be provided in accordance
are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards.
received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by
simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall
be on the front of the controller unit or shall have keyboard entry
SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic
FOLLOWING: signal controller shall include all circuitry required to provide all
timing and all functions for signal operation in a fully-actuated
9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow.
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors
A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(7)A Environmental, Performance and Test
amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic
Additionally, all power supplies shall have noise immunity from Controllers (RC)
other devices within the cabinet. The traffic signal controller assemblies, including the traffic
signal controller, auxiliary control equipment and cabinet shall be
SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check-
FOLLOWS: out of all timing circuits, phasing and signal operation shall be at
the City of Renton Signal Shop, Renton, Washington. The Signal
9-29.13(7) Traffic-Actuated Controllers (RC) Shop will make space available to the contractor for the required
Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and
when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete uI
both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
more intersections. satisfactorily functioning shall start the test period. Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA specifications. When—ps;;niued,—gyps "n GoMi:01
demonstration by the contractor to the Engineer of all components
Is -h-ll .....,f.,.,,, t^ RUTA/A pWbj:r.,t:..., TD 29 116 29 functioning properly shall not relieve the contractor of any
responsibility relative to the proper functioning of all aforestated
Actuated traffic signal controllers shall be 8-phase control control gear when field installed.
units. Volume-density timing features shall be provided on all
controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED r
lius;y Pin of g plU Shall h° „t:l;A@d___zc AS FOLLOWS:
9-29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC) r
Tho full.....:,... °.a .,..4. t^
^pP-^ved makes is mandwo;3" and damoprtmtiap
. .
III!
Page-SP-54
Revision Date:May 19, 1997
wr
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
+rr
Power Switches Computer Interface Unit
There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The
off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control
controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector
maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command
or load switching devices. information from the computer all in conformance and within the
capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
+
There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED AS FOLLOWS:
time bypass switch. If the intersection is placed on flashing
operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RCzSA)
ar controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness
switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness GIs"
normal cycling operation while the intersection remains in flashing aaediaed—sheet aluminum, or cast aluminum. Cabinets shall be
operation. finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
DETECTOR test switch aluminum in color. As an alternate to painting, the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with:
(spring return) detector test switch. When depressed, the switch
a. A spring loaded construction core lock capable of
shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
ws
The convenience outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
tw cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the "off"
Fail Safe Unit position. A second switch shall be the auto-flash switch. When
No placed in the "flash" position,controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the
shall monitor both the positive and negative portions of the A.C. auxiliary panel described later.
sine wave for all green, amber and pedestrian walk indications. C.
The duration of a display of conflicting indications shall not be long piaGe, Cabinet doors shall be gasketed
enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprene. They shall be equipped with
initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two-
the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of
The fail safe monitor shall be Model SSM-12LE as
suitable design to withstand a 40 mph wind..
manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly.
e. The Controller cabinet shall have a load bay panel with at
60 Surge Protector (Lighting Arrester) least the following items mounted on the face of the panel: transfer
relays; load switches; and, terminal blocks for termination of all
The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall
shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications).
damage the controller or any of its components. This load bay panel shall be mounted so that when the screws
are removed, it will be possible to obtain full access to the
Field Wiring Terminal terminations on the back of the load bay panel.
No There shall be a terminal strip for field wiring in the ..c„-.,,c.,"90 r uw n .,QbliG2t;,,., ro 74_,6-Ad the W19,
controller cabinet. The terminals shall be numbered in accordance
with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE
numbering system is used for the cabinet wiring, then both FOLLOWING:
numbers shall label each terminal and the cabinet wiring schematic
drawing shall include the field wiring numbers where the terminal 9-29.16 Vehicular Signal Heads (RC)
strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless
terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans. Vehicular signal head
provided. housings shall consist of separate sections and be expandable type
for vertical mounting. Lens shall be glass and meet I.T.E.
Specifications for light output. Reflectors shall be alzac. Each
rry signal head shall have a 1/4 inch drain hole in its base.
Page-SP-S5
Revision Date:May I9,I997
r.r
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads(RC)
All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of
border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of factory applied
plates shall be finished with two coats of factory-applied traffic traffic signal g s"- ely tow baked enamel. The inside of visors,
signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of
back plates shall be finished with two coats of factory-applied flat flat black enamel.
black enamel.
Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED.
between the signal head and mast arm. All mounting hardware 910 16(3) Try fgc Signal Heads (RC)
will be of the top-mount plumbizer type as shown on the standard
plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)IS DELETED.
Position of the signal heads shall be located as close as
9_19 16(3)-A e-;„^h Pe{TSarbe;,ate Tsai'€ic Sigaal 1"ads
possible to the center of the lanes. Signal heads shall be mounted
on the mast arm such that the red indicators lie in the same plane (RQ
and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED.
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other 9-29 116(3)a 1-2-final; 9913'GaAgnate uawc Signal
miscellaneous mounting hardware shall be stainless steel. Heads (RC)
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS.
9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt (RC)
traffic signal lamp rated for 1304.20 volt operation, 595 minimum 1 ittings—fer T3,pe M and N Mounts ^h^” U° : _U6d
initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted—All other--hardware for odw—mounts shall be painted
2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
traffic signal lamp. Twelve inch traffic signal heads require greea-baked enamel.
=130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1)IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS.
base. Bulbs shall be installed with the opening between the filament
ends up. 9-29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. equal. I
9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall
Each lens shall be protected with a removable visor of conform to current NEMA specifications.
;,ti :],,pc ,.,n ^ ;olr shall ^,..,c to PHAZA publigmioiR ,n;19_
aluminum of the tunnel type, unless specified
otherwise in the contract. Visors shall have attaching ears for 44� Will
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS.
have square doors. 9-29.20 Pedestrian Signal (RC)
SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either aasaadessent- fiber optic or
neon-grid type, or other types as specified in the contract.
9-29.16(2)C Louvered Visors(RC) Pedestrian signals shall conform to ITE Standards (Standard for
Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
furnished and installed. Directional louvers shall be constructed to
have a snug fit in the signal visor. The outside cylinder shall be
constructed of aluminum , and the louvers shall rateA U 90 iA;!W lumm, SOW hour 2-sraga !44, ":7416 ingh light
be constructed of anodized aluminum painted flat black. QeRw langth, A')! bulb
Dimensions and arrangement of louvers shall be as shown in the
contract. a-mi:�- of 4 142 k ;i 1� Symbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
SECTION 9-29.16(2)D HAS BEEN DELETED AND width. ttiill
REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with
two coats of factory applied traffic signal elloyg""enamel.
9-29.1 Back Plates (RC)Back IS REPLACED BY ADDING
plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) � t®
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type(RC)
5-inch square cut border and painted black in front and yellow in The fiber optics shall be drawn from optical glass of high
back.
purity. The fibers shall be temperature resistant. The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
Page-SP-56
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
No
of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH
53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall
101 thickness of at least 1.5 microns. The common end of each bundle 9-29.24(l)finish Painting (RC)
shall have a hexagonal bundle format. The common bundle end The a finish coat shall be a factory baked on enamel light grey
and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked
The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of
"'t' dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white enamel.
of pins The reflector shall be covered with a hard coating capable Painting shall be doone ne i n conformance with the provisions of
to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12).
to temperature changes aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING:
hours The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
go together with the fiber shall produce a light intensity as high as (RC)
3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as
light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following
housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet.
tut aluminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker
signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers
bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type
Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp)
NOW display shall not require a cone for magnification, and shall provide
5. Contactor relay for each circuit
a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240
light points All components shall be fastened to the flat black volt
matrix plate. When the sign is not illuminated, it shall blank out 7, One 120 volt 20 Amp single pole branch breaker (for
100 with no message legible. The low power consumption lamps shall
utility plugs)
be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal
service
9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles
All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except
No made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name
Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws.
a rugged plastic module. 12. Meter base sections are unnecessary
A GombinatioR 't h!f h Iii h 11 4.e .. o:.inA Fnr c
40 SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
THE FOLLOWING.
houging
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC)
am electronic ballast no external transformer,and operate at 30 watts.
The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded
do not walk mode) in Portland orange and "Man" (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8"
wide x 5-7/8" deep and have a minimum of 16 terminals on the
mode) in lunar white. The message module shall consist of two
r neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door
am
plastic The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the
visors shall be flat black in color. door locking side. All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
so SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box.
FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each
terminal shall be separated by a marker strip. The marker strip
9-29.24 Service Cabinets (RC) shall be permanently marked with the circuit number indicated in
The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post
on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with
buss bars and conductor terminals shall be copper or brass. The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with
complete with screens filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and
cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock.
art
Page-SP--57
Revision Date:May 19, 1997
001
9-30 Water Distribution Materials 9-30 Water Distribution Materials
9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC)
SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog.
SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED
9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING:
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC)
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in
conformance with the Standard Drawings.
All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker
Standard Thickness Class 5249 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water.
the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS
9-30.3 Valves FOLLOWS.
9-30.3(7) Combination Air Release/Air Vacuum
SECTION 9-30.3(17)HAS BEEN REVISED AS FOLLOW. Valves (RC)
9-30.3(1) Gate Valves (RC)
Air and vacuum release valves shall be APCO- Valve and
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve, or
pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller a uaL
Installation shall be per the City of Renton Standard Detail,
Company No. A2380,Kennedy, or M&H. W1iI
Approval of valves other than models specified shall be latest revision.
obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air
All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation
24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS.
Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation. 9-30.3(8) Tappit:g Sleeve and Valve Assembly(RC)
Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron stainless-stool,
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material.
and 0-ring stuffing box.
RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION:
Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly (RC)
exceed the requirements of AWWA Standard C509 latest revisions. Permanent blow-off assembly shall be#78 Kupferle Foundry
All external and internal ferrous metal surfaces of the gate
valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow-off permanent blow-
off assembly shall be per City of Renton Water Standard Detail,
epoxy. The epoxy coating shall be factory applied to all valve latest revision. Pipe and fittings shall be galvanized. Blow-off
parts prior to valve assembly and shall meet or exceed the assembly shall be installed at location(s) shown on the plans.
requirements of AWWA Standard C-550 latest revision. Valves
shall be provided with two (2) internal 0-ring stems seals. The Temporary at location assembly on new dead-end water main shall ul
valves shall be equipped with one (1) anti-friction washer. The �installed at location shown on the plans.
resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the
directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be
considered incidental to the contract and no additional payment
integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide shall be made.
the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
specifications. FOLLOWING.
Valves shall be designed for a minimum water operating
pressure of 200 psi. 9-30.5 Hydrants (RC)
End connections shall be mechanical joints, flanged joints or Fire _hydrants shall be Iowa, Corey Type (opening with the
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening.
Clow, M&H Style 3067,Mueller Series 2370,Kennedy. Compression type fire hydrants (opening against pressure)
Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion
obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85. to
in diameter shall include an 8"x24" cast iron gate valve box a_nd
extensions, as required. SECTION 9-30.5(17) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
shall have a 1 inch by-pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC)
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal description.
urrf
Page-SP-58
Revision Date:May 19, 1997
�W6
9-30 Water Distribution Materials 9-30 Water Distribution Materials
'err
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant
THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
irr 9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions.
Fire hydrants shall be Corey type (opening with the pressure)
or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS:
too valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose
nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC)
per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used.
war 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe(RC)
The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
Nr threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS.
proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with
suitable neoprene gaskets for positive water tightness under test gripper ring.
pressures.
use The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS . BEEN SUPPLEMENTED AS
Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS:
extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC)
an Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
an
Me
ON
+w
rrr
NOW
M
1w
rr
rr
r
Page-SP-59
Revision Date:May 19, 1997
No
WSDOT AMENDMENTS WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
No Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
JIM subsection
subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
go provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1 SECTION 2
02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION
CONDITIONS AND EMBANKMENT
(March 3, 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub-section 2-03.3(14)K Select of
(March 3, 1997) Common Borrow is added.
"Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends"formula revised.
07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBILITIES TO THE PUBLIC
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 2-09.3(4)
A new Amendment. Sub-section 1-07.9(5) —
Required Documents is revised. Sub-section Construction Requirements, Structure Excavation,
Class B, Sub-section 2-09.4 Measurement, and
1-07.13(4) Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub-
,,,,,, "Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
PAYMENT "Measurement" drywells added.
�.r (March 3, 1997)
"Payment for Material on Hand" revised. SECTION 3
10.AP1 SECTION 1-10, TEMPORARY TRAFFIC
CONTROL 02.AP3 SECTION 3-02, STOCKPILING
y.
(March 3, 1997) AGGREGATES
A new Amendment. Sub-section 1-10.3(5) (March 3, 1997)
Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised.
Sub-section 1-10.5 Payment is added.
"Conformance to Established Standards", "Traffic SECTION 5
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04,ASPHALT CONCRETE
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
wr
+n
Page-SP-60
Revision Date:May 19,1997
err
WSDOT AMENDMENTS WSDOT AMENDMENTS
t
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-02.3(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular.
Curing Concrete is added.
"Face Lumber, studs, Wales, and Metal Forms", l0.AP8 SECTION 8-10, GUIDE POSTS
and "Field Bending" are revised. (September 30, 1996) r
A new Amendment. Sub-section 8-10.2 Materials
10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 1997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment , GUARDRAIL
AP8 SECTION 8-11
is supplemented with an additional item. Sub- 11. (March 3, 8-11
section 6-10.3(1) Precast Concrete Barrier is Anchor Installation revised.
added.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised. ry
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS
CATCH BASINS (March 3, 1997) rW
(March 3, 1997) Construction Requirements revised.
Revised to include dryweIls. New standard item
1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole". (March 3, 1997)
A new Amendment. Sub-section 8-20.3(4)
06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A
ANCHORS Light standards is added.
This section is deleted in its entirety. �
(March 1997) "Equipment List and Drawings" revised.
08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING
INSTALLATION REQUIREMENTS (March 3, 1997)
A new Amendment. Sub-section 8-21.3(6) Sign
(March 3, 1997) Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is
Sub-section 7-08.3(2)D Pipe Laying--Steel or added.
Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials"
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
Pipe", and "Payment" are revised. 22•AP8 SECTION 8-22, PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
A new Amendment. Sub-section 8-22.4
17.AP7 SECTION 7-17, SANITARY SEWERS Measurement is revised.
(March 3, 1997) "Materials" revised.
A new Amendment. Sub-section 7-17.3(2)C
Infiltration Test is revised. Sub-section 7-17.2
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7-18, SIDE SEWERS
(October 28, 1996)
r
Page-SP-61
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
,a. SECTION 9 l0.AP9 SECTION 9-10, PILING
(September 30, 1996)
OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber
(September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling
A new Amendment. Sub-section 9-01.3 Tests and is revised.
Acceptance is revised to reference "Mill Test Use message revised.
Report Number".+rr ILAP9 SECTION 9-11, WATERPROOFING
02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
(March 3, 1997) Asphalt waterproofing revised.
"Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS
03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997)
(March 3, 1997) Revised.
A new Amendment. Sub-section 9-03.15 Bedding
Material for Rigid Pipe is revised. Sub-section 9- 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPACES,
03.14(2) Select Borrow is revised. SLOPE PROTECTION, AND ROCK WALLS
"Gravel Backfill", revised to include drywells. (March 3, 1997)
"Concrete Slab Riprap" section deleted.
04.AP9 SECTION 9-04, JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL
SEALING MATERIALS
(March 3, 1997) (March 3, 1997)
"Joint Mortar" revised.
"Posts and Blocks", revised.
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
CULVERTS, AND CONDUITS (September 30, 1996)
ft (March 3, 1997)
A new Amendment. Sub-section 9-17.1 General
-
A new Amendment. Sub-section 9-05.6(4)
is revised.
Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM)
9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. Anew Amendment. Sub-section 9-21.1(1)
rrr Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
"Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub-
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised.
Aw RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
(March 3, 1997) ELECTRICAL
A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996)
Strength Bolts is revised. A new Amendment. Sub-section 9-29.4
"High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised.
revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION
Specifications.
GEOTEXTILE
09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-33.2
A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised.
1W Placing in Treating Cylinders is revised..
rr
do
r.
Page-SP-62
Revision Date:May 19, 1997
r
i
it
` SPECIAL PROVISIONS
DIVISION 1
GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
1-01.2 Abbreviations
1-01.2(2) Items of Work and Units of Measurement
Supplement this section with the following:
ACP Asphalt Concrete Pavement
CPEP Corrugated Polyethylene Pipe
Conn. Connection t
DI Ductile Iron
DIP Ductile Iron Pipe
E East
Ex, Exist Existing
FF Finished Floor
ID Inside Diameter
Inv I nvert
MON Monument
N North
No. Number
OD Outside Diameter
PC Point of Curve
PT Point of Tangency
PI Point of Intersection
PCC Portland Cement Concrete.
R/W Right-of-Way
S South
SS Sanitary Sewer or Side Sewer
S.ST. Stainless Steel
W West
1-02 BID PROCEDURES AND CONDITIONS
1-02.2 Plans and Specifications
See "Instruction to Bidders" and 'Bidders Checklist" contained in the Contract Documents
herein for pre-bid information.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 1
1-02.4 Examination of Plans, Specifications, and Site Work
1-02.4(1) General
Add the following to the end of Section 1-02.4(1):
Locations of existing utilities shown on the Drawings are approximate and some existing
utilities may have been omitted. It is the Contractor's responsibility to verify the locations
and elevations of existing pipelines, structures, grades, and utilities prior to construction.
The Owner assumes no responsibility for any conclusions or interpretations made by the
Contractor on the basis of the information made available.
1-02.5 Proposal Forms
Delete the first sentence of this section and replace with the following:
The Proposal and associated forms are included in these Contract Documents under
Documents Submitted in Sealed Bid Package. These forms shall not be altered by the
bidder. Reference herein to the Proposal Form(s) shall mean the "Proposal" and
"Schedule of Prices."
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids (Addition)
The contract will be awarded to the lowest responsive, responsible bidder.
1-03.2 Award of Contract(Supplemental Section)
The contract award or bid rejection will occur within 30 calendar days after bid opening.
1-04 SCOPE OF THE WORK
1-04.3 Project Coordination (New Section)
It shall be the responsibility of the Contractor to coordinate all work to be performed under
this contract, including the ordering and acquisition of all equipment and materials. This
coordination shall encompass all work to be performed by the Contractor, their
subcontractor, the City and any public utilities which may be involved.
1-06 CONTROL OF MATERIAL
1-06.1 Source of Supply and Quality of Materials(Supplemental Section)
No source has been provided for any materials necessary for the
construction of this improvement.
H.\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 2
The Contractor shall arrange to obtain the necessary materials at his own
expense, and all costs of acquiring, producing, and placing this material in
the finished work shall be included in the unit contract prices for the various
items involved.
If the sources of materials provided by the Contractor necessitates hauling
over roads other than City streets, the Contractor shall, at his own cost and
expense, make all arrangements for the use of the haul routes.
1-06.7 Shop Drawings and Submittals(Additional Section)
1-06.7(1) General(Additional Section)
,, Shop drawing and submittal review will be limited to general design
requirements only, and shall not relieve the Contractor from responsibility
for errors or omissions, or responsibility for consequences due to deviations
from the contract documents. No changes may be made in any submittal
after it has been reviewed except with written notice and approval from the
Owner.
By approving shop drawings, submittals, and any samples, the Contractor
thereby represents that he has determined and verified all field
measurements, field construction criteria, materials, catalog numbers, and
similar data, and that he has checked and coordinated each shop drawing
with the requirements of the work and of the contract documents.
Mir Shop drawing and submittal data for each item shall contain sufficient
information on each item to determine if it is in compliance with the contract
requirements.
Owner will pay the costs and provide review services for a first and second
review of each submittal item. Additional reviews shall be paid by the
Contractor by withholding the appropriate amounts from each payment
estimate.
LShop drawing and submittal items that have been installed in the work but
have not been approved through the review process shall be removed and
an approved product shall be furnished, all at the Contractor's expense.
The Contractor shall review each submittal and provide approval in writing
or by stamping with a statement indicating that the submittal has been
approved and the Contractor has verified dimensional information,
confirmed that specified criteria has been met, and acknowledges that the
product, method, or information will function as intended.
rr 1-06.7(2) Required Information(Additional Section)
Submit five copies of each submittal to the Engineer. Shop drawings and
submittals shall be submitted on 8'h"x11", 11"x17", or 22"x34" sheets and
shall contain the following information:
1. Project
L
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
iW Prov.doc Page 3
2. Contractor
3. Engineer
4. Owner
5. Applicable specification and drawings reference.
6. A stamp showing that the Contractor has checked the equipment for
conformance with the contract requirements, coordination with other
work on the job, and dimensional suitability.
7. A place for the Engineer to place a 3 inch by 4 inch review stamp.
8. Shop or equipment drawings, dimensions, and weights
9. Catalog information
10. Manufacturer's specifications
11. Special handling instructions
12. Maintenance requirements
13. Wiring and control diagrams
14. List of contract exceptions
15. Other information as required by the Engineer
1-06.7(3) Review Schedule(Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible, and
transmitted to Contractor not later than 10 working days after receipt by the
Engineer. The Contractor shall revise and resubmit as necessary to obtain
approval. Delays caused by the need for resubmittal may not be a basis for
an extension of contract time or delay damages at the discretion of the
Owner. At least one set of shop drawings will be returned to the Contractor
after review. Additional sets will be returned to the Contractor, if remaining.
1-06.7(4) Substitutions(Additional Section)
Any product or construction method that does not meet these specifications
will be considered a substitution. Substitutions must be approved prior to
their installation or use on this project.
1-06.7(4)A After Contract Execution(Additional Section)
Within 30 days after the date of the contract, Owner will consider formal
requests from Contractor for substitution of products in place of those
specified. Submit two copies of request for substitution. Data shall include
the necessary change in construction methods, including a detailed
description of proposed method and related drawings illustrating methods.
An itemized comparison of proposed substitution with product or method
specified shall be provided.
In making a request for substitution, Contractor represents that he has
personally investigated proposed product or method and has determined
that it is equal or superior to, in all respects, the product specified.
Contractor shall coordinate installation of accepted substitutions into the
work, making changes that may be required for work to be completed.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 4
Contractor waives all claims for additional costs related to substitutions
which consequently becomes apparent.
1-06.7(5) Submittal Requirements(Additional Section)
The following submittal items shall be provided to the Engineer by the
Contractor. Additional submittal information shall be provided to the
Engineer by the Contractor if required by the Engineer.
1-06.7(4) Substitutions
5-04.2 Asphalt Concrete Pavement Materials
7-04.2 Storm Sewer Pipe Materials
7-05.2 Manhole and Catch Basin Materials
7-08.3(1)B Shoring
7-17.2 Sanitary Sewer Pipe Materials
7-17.3(1)B Pipe Bedding
7-17.3(1)C Pipe Foundation .
7-17.3(1)D Trench Dewatering Plan
7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches
9-30.1(6) Restrained Joint Pipe and Fittings
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1(1) Archaeological Discoveries and Historic Preservation Clause
(Addition)
The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR
'800 which provide for the preservation of potential historical, architectural, archaeological,
or cultural resources (herein called "cultural resources") and fair compensation to the
Contractor for delays resulting from such cultural resources investigations.
In the event that potential cultural resources are discovered during subsurface excavations
at the site of construction, the following procedures shall be instituted:
1. The Owner shall issue a Work Suspension Order directing the Contractor to cease
all construction operations at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the Engineer shall contact a
qualified archaeologist in consultation with the State Historic Preservation Officer
(SHPO)to evaluate the remains.
3. Such Work Suspension Order shall be effective until such time as a qualified
archaeologist can be called by the Engineer to assess the significance of these
potential cultural resources and make recommendations to the State Historical
Preservation Officer. If the archaeologist, in consultation with State Historic
Preservation, determines that the potential find is a significant cultural resource, the
Owner shall extend the duration of the Work Suspension Order.
4. Suspension of work at the location of the find shall not be grounds for any claim by
the Contractor unless the suspension extends beyond the contract working days
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 5
allowed for the project, in which case the Engineer will make an adjustment for
increased cost of performance of the contract.
1-07.2(1) State Sales Tax
Add the following to Section 1-07.2(1):
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to collect state sales tax from the City of Renton.
Payment of sales tax to the Washington State Department of Revenue is, under this
contract, required to be made by the Contractor. The Contractor shall, at the time of
making payment of sales tax, identify the work as having been performed within the City of
Renton and for the City of Renton.
1-07.5 Wildlife, Fisheries, and Ecology Regulations (addition)
The Contractor shall comply with all construction related provisions of the HPA, Short-Term
Water Quality Exceedence permit, and other permits obtained by the City.
The Contractor shall be responsible for making any changes required by the agencies, and
payment of any fines, for violation of any construction related permit provisions. The City
will not make additional compensation for any changes or fines due to the Contractor's
violation of construction provisions.
1-07.13 Contractors Responsibility for Work
1-07.13(1) General
Add the following:
Whether or not there appears here or elsewhere herein specific reference to guarantees of
all items of materials, equipment, and workmanship, they nevertheless shall be so
guaranteed against mechanical, structural, or other defects for which the Contractor is
responsible that may develop or become evident within a period of one year from and after
acceptance of the work by the Owner. Such guarantees shall include care of backfilling of
ditches or at structures should the fill settle to such extent as to require refilling or
resurfacing roadway surfaces to restore the original or intended condition or grade.
This guarantee shall be understood to imply prompt attention to any remedy of such
defects as those mentioned above if and as they occur after the Contractor shall have
written notice of their existence. If the defect, in the opinion of the Owner, is of such nature
as to demand immediate repair, the Owner shall have the right to correct and cost thereof
shall be borne by the Contractor.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 6
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property (Supplemental Section)
Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways,
and rockeries within the work area shall be removed and restored to the satisfaction of the
property owner. It shall be the Contractor's responsibility to notify each property owner
when it is necessary to remove such improvements to facilitate the Contractor's progress,
and to remove those improvements to locations requested by the property owner or to
restore them in their original location in as near original condition as possible. All lawn
within the area to be disturbed by the Contractor's operations shall be cut with a sod cutting
machine, removed and disposed. The disturbed lawn area shall be restored, after trench is
back-filled and compacted. Restoration shall consist of placing 4" compacted topsoil,
hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed,
fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks.
The water shall be of such duration as to soak the seeded areas thoroughly and promote
good root growth.
Such removal and restoration shall be considered incidental to the bid item "Restoration",
per lump sum and no further compensation will be made.
1-07.16(3)A Protection and Restoration of Existing Markers and Monuments
All existing survey monuments and property comer markers shall be protected from
movement or damage by the Contractor. All existing markers and/or monuments that are
damaged or removed for construction purposes shall be referenced by survey ties and then
replaced by the Contractor. The Contractor shall coordinate work with the City Engineer
and City staff to reference the markers and/or monuments and replace them, as required
by state law. All existing property comer markers disturbed or removed by the Contractor's
operations shall be replaced at the Contractor's own expense.
r
1-07.16(5) Utility Service (New Section)
The Contractor shall maintain the operational service of water distribution mains, and storm
drainage mains at all times. Upon approval by the Engineer, individual water service pipes
may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed
to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be
maintained operational in as continuous a manner as possible. Where services are to be
shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in
advance of the time and period of shut-down. The Contractor shall make every effort to
keep shut down schedules to periods of anticipated minimum usage and for the least
period of time.
1-07.16(6) Restoration of Property (New Section)
The Contractor shall protect property in the vicinity of the work site and in instances of
destruction or damage, restore the item to pre-construction condition at the Contractor's
expense.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 7
1-07.17 Utilities and Similar Facilities
Section 1-07.17 of the APWA Division I General Requirements is supplemented by the
following:
The locations and dimensions shown in the plans for existing buried facilities are in
accordance with available information obtained without uncovering, measuring, or other
verification. It shall be the Contractor's responsibility to verify and/or determine the correct
location of all utilities, public and private, that may be affected by his work under this
contract. The Owner assumes no responsibility for improper locations or failure to show
utility locations on the construction plans. The Contractor shall pothole all existing utilities
in advance of pipe installation to verify that the required vertical and horizontal clearances
exist. Any adjustment to pipe location and elevation must be approved by the Engineer
prior to installation.
The Contractor shall check with the utility companies concerning any possible conflict prior
to commencing excavation in any area, as not all utilities may be shown or correctly located
on the Plans. The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or permanent,
of their facilities within the project limits. No additional compensation will be made to the
Contractor for reason of delay caused by the actions of any utility company, and the
Contractor shall consider such costs to be incidental to the other items of the contract.
The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to
underground utilities. Any cost to the Contractor incurred as a result of this law shall be at
the Contractor's expense. The contents of Chapter 19.122 RCW are provided below:
RCW 19.122 UNDERGROUND UTILITIES
19.122.010 Intent
It is the intent of the legislature in enacting this chapter to assign responsibilities for
locating and keeping accurate records of utility locations, protecting and repairing damage
to existing underground facilities, and protecting the public health and safety from
interruption in utility services caused by damage to existing underground utility facilities
(1984 c 144 1.)
19.122.020 Definitions
Unless the context clearly requires otherwise, the definitions in this section apply through
out this chapter.
A. 'Business day" means any day other than Saturday, Sunday, or a legal local, state,
or federal holiday.
B. "Damage" includes the substantial weakening of structural or lateral support of an
underground facility, penetration, impairment, or destruction of any underground
protective coating, housing, or other protective device, or the severance, partial or
complete, of any underground facility to the extent that the project owner or the
affected utility owner determines that repairs are required.
HAFile Sys\SWP-Surface Water Prcjects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 8
C. "Emergency" means any condition constituting a clear and present danger to life or
property, or a customer service outage.
D. "Excavation" means any operation in which earth, rock, or other material on or
below the ground is moved or otherwise displaced by any means, except the tilling
of soil less than twelve inches in depth for agricultural purposes, or road and ditch
maintenance that does not change the original road grade or ditch flow line.
E. "Excavator" means any person who engages directly in excavation.
F. Identified facility means any underground facility which is indicated in the project
Plans as being located within the area of proposed excavation.
G. "Identified but un-locatable underground facility" means an underground facility
which has been identified but cannot be located with reasonable accuracy.
H. "Locatable underground facility" means an underground facility which can be field-
marked with reasonable accuracy.
I. "Marking" means the use of stakes, paint, or other clearly identifiable materials to
show the field location of underground facilities, in accordance with the current color
code standard of the American Public Works Association. Markings shall include
identification letters indicating the specific type of the underground facility.
J. "Person" means an individual, partnership, franchise holder, association,
corporation, a state, a city, a county, or any subdivision or instrumentality of a state,
and its employees, agents, or legal representatives.
K. "Reasonable accuracy" means location within twenty-four inches of the outside
dimensions of both sides of an underground facility.
g L. "Underground facility" means any item buried or placed below for use in connection
with the storage or conveyance of water, sewage, electronic, telephonic or
telegraphic communications, cablevision, electronic energy, petroleum products,
gas, gaseous vapors, hazardous liquid, or other substances and including but not
limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes,
attachments, and those parts of poles or anchors below ground.
M. "One-number locator service" means a service through which a person can notify
utilities and request field-marking of underground facilities, (1984 c 144 2.)
19.122.030 Notice of excavation to owners of underground facilities - One-number
err locator service -Time for notice - Marking of underground facilities - Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled
commencement of excavation to all owners of underground facilities through a one-number
locator service. All owners of underground facilities within a one-number locator service
area shall subscribe to the service. One number locator service rates for cable television
companies will be based on the amount of their underground facilities. If no one-number
locator service is available, notice shall be provided individually to those owners of
underground facilities known to or suspected of having underground facilities within the
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 9
area of proposed excavation. The notice shall be communicated to the owners of
underground facilities not less than two business days or more than ten business days
before the scheduled date for commencement of excavation, unless otherwise agreed by
the parties.
Upon receipt of the notice provided for in this section, the owner of the underground facility
shall provide the excavator with reasonably accurate information as to its locatable
underground facilities by surface-marking the location of the facilities. If there are identified
but un-locatable underground facilities, the owner of such facilities shall provide the
excavator with the best available information as to their locations. The owner of the
underground facility providing the information shall respond no later than two business
days after the receipt of the notice or before the excavation time, at the option of the
owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know
facilities have been marked. Once marked by the owner of the underground facility, the
excavator is responsible for maintaining the markings. Excavators shall have the right to
receive compensation from the owner of the underground facility for costs incurred if the ;~
owner of the underground facility does not locate its facilities in accordance with this
section.
The Owner of the underground facility shall have the right to receive compensation for
costs incurred in responding to excavation notices given less than two business days prior
to the excavation from the excavator.
r.
An owner of underground facilities is not required to indicate the presence of existing
service laterals or appurtenances if the presence of existing service laterals or
appurtenances on the site of the construction project can be determined from the presence
of other visible facilities, such as buildings, manholes, or meter. and junction boxes on or
adjacent to the construction site.
Emergency excavations are exempt from the time requirements for notification provided in
this section.
If the excavator, while performing the contract, discovers underground facilities which are
not identified, the excavator shall cease excavating in the vicinity of the facility and
immediately notify the owner or operator of such facilities, or the one-number locator
service. (1988 c99 1; 1984 c 144 3.)
19.122.040 Underground facilities identified in bid or contract - Excavator's duty of
reasonable care - Liability for damages -Attorney's Fees.
A. Project owners shall indicate in bid or contract documents the existence of
underground facilities known by the project owner to be located within the proposed
area of excavation. The following shall be deemed changed or differing site
conditions:
1. An underground facility not identified as required by this chapter or other
provision of law; and
2. An underground facility not located, as required by this chapter or other
provision of law, by the project owner or excavator if the project owner or
excavator is also a utility.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 10
B. An excavator shall use reasonable care to avoid damaging underground facilities.
An excavator shall:
1. Determine the precise location of underground facilities which have been
marked;
2. Plan the excavation to avoid damage to or minimize interference with
underground facilities in and near the excavation area; and
3. Provide such support for underground facilities in and near the construction
area, including during backfill operations, as may be reasonably necessary
for the protection of such facilities.
rC. If an underground facility is damaged and such damage is the consequence of the
failure to fulfill an obligation under this chapter, the party failing to perform that
obligation shall be liable for any damages. Any clause in an excavation contract
which attempts to allocate liability, or requires indemnification to shift the economic
consequences of liability, different from the provisions of the chapter is against
public policy and unenforceable. Nothing in this chapter prevents the parties to an
excavation contract from contracting with respect to the allocation of risk for
changed or differing site conditions.
D. In any action brought under this section, the prevailing party is entitled to
reasonable attorney's fees. (1984 c 144 4.)
19.122.05 Damage to underground facility - No notification by excavator - Repairs or
relocation of facility
A. An excavator who, in the course of excavation, contacts or damages an
underground facility shall notify the utility owning or operating such facility and the
one-number locator service. If the damage causes an emergency condition, the
excavator causing the damage shall also alert the appropriate local public safety
agencies and take all appropriate steps to ensure the public safety. No damaged
underground facility may be buried until it is repaired or relocated.
B. The owner of the underground facilities damaged shall arrange for repairs or
relocation as soon as is practical or may permit the excavator to do necessary
repairs or relocation at a mutually acceptable price. (198 c 144 5).
19.122.060 Exemption from notice and marking requirements for property owners
An excavation of less than twelve inches in vertical depth on private non-commercial
property shall be exempt from the requirements of RCW 19.122.030, if the excavation is
being performed by the person or an employee of the person who owns or occupies the
property on which the excavation is being performed. (1984 c 144 6.)
19.122.070 Civil penalties -Treble damages - Existing remedies not affected
A. Any person who violates any provision of this chapter, and which violation results in
damage to underground facilities, is subject to a civil penalty of not more than one
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 11
thousand dollars for each violation. All penalties recovered in such actions shall be
deposited in the general fund.
B. Any excavator who willfully or maliciously damages a field-marked underground
facility shall be liable for treble the costs incurred in repairing or relocating the
facility. In those cases in which an excavator fails to notify known underground
facility owners or the one-number locator service, any damage to the underground
facility shall be deemed willful and malicious and shall be subject to treble damages
for costs incurred in repairing or relocating the facility.
C. The chapter does not affect any civil remedies for personal injury or for property
damage, including that to underground facilities, nor does this chapter crest any
new civil remedies for such damage. (1984 c 144 7.)
19.122.080 Waiver of notification and marking requirements
4
The notification and marking provisions of this chapter may be waived for one or more
designated persons by an underground facility owner with respect to all or part of that
underground facility owner's own underground facilities (1984 c 144 9.)
19.122.900 Severability- 1984 c 144
If any provisions of this act or its application to any person or circumstance is held invalid, m
the remainder of the act or the application of the provision to other persons or
circumstances is not affected. (1984 c 144 9.)
1-07.18(1) General (Revised)
The Owner shall be given 45 days prior written notice by certified mail of any cancellation,
reduction or modification of the insurance.
1-07.18(3) Limits Addition
The limits of liability for the insurance required shall provide coverage for not less than the
following amounts or greater where required by Laws and Regulations:
A. Worker's compensation: (under limits of liability stated on the City of Renton
Insurance Information for enclosed within Attachment A).
B. Comprehensive General Liability: (under limits of liability stated on the City of
Renton Insurance Information form enclosed within Attachment A).
Policies shall include premises/operations, products, completed operations,
independent Contractors, Owners and Contractors protective, Explosion, Collapse,
Underground Hazard, Broad for Contractual, Person Injury with employment
exclusion deleted, and Broad Form Property Damage.
C. Comprehensive Automobile Liability: (under limits of liability stated on the City of
Renton Insurance Information form enclosed within Attachment A) including Owned,
Hired, and Non owned Vehicles:
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 12
D. The Contractor will be required as part of the insurance provided to complete and
submit the attached City of Renton Insurance Information form, and Policy
Declaration pages, Endorsement and Coverage Questionnaire forms included in
Attachment A of these Contract Documents, prior to Notice to Proceed.
Policies shall also specify insurance provided by Contractor will be considered
primary and not contributory to any other insurance available to the Owner or the
Engineer.
All policies shall provide for 45 days written notice prior to any cancellation or non-
renewable of insurance policies required under Contract. "Will endeavor" and "but
failure to mail such notice shall impose no obligation or liability of any'kind upon the
Company, its agents or representatives"wording will be deleted from certificates.
Policies shall be provided only by companies with an "Alfred M. Best Rating" of not
less than Al 2.
w
a 1-07.18(4) Endorsement(Addition)
The Contractor shall also name the Owner and Engineer, and their officers, directors,
agents, and employees as "additional insureds" under the insurance policies.
Subsequent to award of the contract the Contractor shall submit to the Owner the following:
A. City of Renton Insurance Information in the form Attachment A herein without
modification and policy declaration pages obtained from the insurance carrier.
B. Insurance Questionnaire (enclosed within Attachment A herein) completely filled out
and appropriately executed:
C. Insurance Endorsement (enclosed within Attachment A herein) executed by an
appropriate representative of the insurance company(ies).
r
r
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 13
1-08 PROSECUTION AND PROGRESS
1-08.1(3) Hours of Work(Addition)
Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 5:00
p.m. unless otherwise approved in advance by the City. Machinery shall not be started
before 7:00 a.m.
Truck hauling shall be limited to the hours of 8:30 am to 3:30 PM on arterial streets.
Sunset Blvd NE /SR-900 is an arterial street.
The Contractor shall give a minimum 48 hours notice to the City prior to work on any
roadway and shall do no work on the roadway without a traffic control plan approved by the
City Traffic Engineer.
Work on weekends will not be allowed, except as approved in writing by the Engineer.
1-08.5 Time for Completion (Additional Section) °
The Contractor shall complete all work within the working days specified in this section and
within the Contract Document. Failure to complete the work prior to this date shall be
grounds for implementation of liquidated damages in accordance with section 1-08.9 and
may require termination of contract in accordance with section 1-08.10.
1-08.13 Compensation for Overtime Work (New Section)
Add the following section:
ht to charge the Contractor and may deduct from periodical and
The Owner reserves the right g y p
final payment, labor expenses attributed to administrative, engineering and inspection work
incurred by the Owner for overtime work associated with the project construction. The
Contractor shall pay to the Owner the costs of certain engineering and inspection expenses
in the event that the Owner should grant an extension(s) of time because of avoidable
delay.
The amount of said expenses shall be computed and determined on the basis of an
itemized schedule of engineering and inspection labor charges determined .for the actual
hours of labor performed beyond a forty-hour work week, or beyond the scheduled date of
completion.
1-09 MEASUREMENT AND PAYMENT
1-09.8 Payment for Material on Hand Addition
Y (Addition)
Section 1-09.8 of the Standard Specifications is supplemented with the following:
The Contractor is cautioned against placing orders for full quantities of materials until the
work has advanced to a state permitting the determination of the exact quantities required.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 14
Estimates of quantities of materials furnished by the Engineer are understood to be
approximate only and, unless otherwise specified, the City will in no way be responsible for
any increased costs or extra expense that the Contractor may have to bear on account of
materials or work not being ordered at some earlier date.
Payment for "Material on Hand" will be made only when considered desirable and
appropriate by the City. The City reserves the right to make the final determination as to
whether payment will be made for"Material on Hand."
w" 1-09.9 Payments
Supplement this section with the following:
"Basis of Payment." In consideration of the faithful performance of all the covenants,
stipulations, and agreements of this Contract to be kept and performed by the Contractor,
the City covenants and agrees to pay the Contractor the amount bid as adjusted when so
stipulated in the Contractor's proposal for the work actually performed as determined by the
final estimate of the Engineer, less any deductions for failure to complete the work within
the time specified; and less any deductions for claims and damages paid by the City due to
�r acts or omissions of the Contractor and for which he is liable under this Contract.
Items or work clearly indicated in the Plans or in the Specifications as work under this
Contract but for which an item has not been set forth in the proposal shall be included in
other items of work. Failure to do so will not relieve the Contractor of his responsibility to
perform the work indicated and no other compensation will be allowed.
1-09.9(2) Retainage
Section 1-09.9(2) of the APWA Division I General Conditions is supplemented with the
following:
Upon completion of the project the retainage shall be returned to the Contractor when all of
the following are satisfied:
1. The Contractor and each Subcontractor shall submit to the City of Renton, and to
the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing
Wages."
2. Following the acceptance of the project, the Contractor and each Subcontractor
shall submit to the City of Renton, and to the Department of Labor and Industries,
an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage
requirements have been met.
3. The Contractor shall submit a signed "Certification of Payment of Prevailing Wages"
form to the City (City form) listing all subcontractors used on the project and
certifying that prevailing wages were paid to all employees and subcontractor's
employees.
4. The Contractor shall submit a "Request to Release" to the Department of Labor and
Industries. That agency provides the form.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 15
5. At least 30 days have elapsed since final acceptance of the project by the City of
Renton at one of its regularly scheduled meetings.
6. The City Clerk must have received a 'Release" for the project form the Department
of Labor and Industries and a 'Release"from the Department of Revenue.
7. The City Clerk must have received a letter from the Contractor, on the Contractor's
letterhead, stating that all bills and wages have been paid on this project.
gv
F-
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 16
1-09.14 Payment Schedule (New Section
GENERAL -Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall
include all compensation to be received by the CONTRACTOR for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as necessary to
complete the various items of the WORK all in accordance with the requirements of
t the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public regulations of public agencies having
jurisdiction, including Safety and Health Administration of the US Department of
wLabor (OSHA).
B. The Owner shall not pay for material quantities which exceed the actual measured
amount used and approved by the ENGINEER.
C. It is the intention of these specifications that the performance of all work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
Work and material not specifically listed in the proposal but required in the plans,
specifications, and general construction practice, shall be included in the bid price.
No separate payment will be made for these incidental items.
iW 1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid items which will determine the low bidder for this
project.
Bid Item 1; Mobilization (Lump Sum)
r
Mobilization includes the complete cost of furnishing and installing, complete and in-place
all work and materials necessary to move equipment and personnel to the job site, provide
and maintain all necessary support.facilities and utilities, obtain all necessary permits and
licenses, prepare the site for construction operations, and maintain the site and
surrounding areas during construction.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage.
of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and commercial and residential access. Equipment and material
io
shall not be stored on private property, outside the existing easements.
r For any proposed storage on private property outside the easement area the Contractor
shall obtain a Temporary Use Permit for storage areas on private property. The Contractor
shall be responsible for all fees, applications, and work needed to obtain the permit. The
Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City.
The Contractor shall prepare a Work Plan which shall include the following:
A. Proposed construction sequence and schedule for all major items of work.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 17
B. Mobilization Plan showing the proposed location for storage of all equipment
and materials.
C. Erosion Control Plan for all stages of the project.
D. Traffic Control Plan, including provisions for cleaning and sweeping of any
impacted roadways.
F. Trench Excavation Safety Systems plan/provisions.
The Work Plan shall be submitted to the City for review, revision, and approval within 14
days of the contract award.
Final cleanup, dressing, and,trimming the project area after construction, and removing all
personnel and equipment off the site shall be included in this bid item, or in the Restoration
bid item if one is included for the project.
Payment for Mobilization will be made at the lump sum amount bid, which payment will be
considered complete compensation for all materials, equipment, and labor required to
complete this item of work in accordance with the Contract Documents. Seventy (70)
percent of this item will be paid after the Contractor is fully in operation and construction
has begun. The remaining 30% will paid in the Final Pay Estimate when the project is
completed, cleanup and restoration is complete, and all items are to the satisfaction of the
Owner.
Bid Item 2; Construction Surveying, Staking. and As-built (Lump Sum)
Surveying shall be per Supplemental Specifications Section 1-05. The as-built survey shall
be per Suppl. Spec. Section 1-05.5(5). The surveyor shall provide the City with a set of
redline drawings with the as-built locations and elevations of all new utilities and
construction work. All work shall be located per the City of Renton Survey Control
Network. Coordinates shall be given for the new and existing storm system structures.
Measurement for construction surveying, staking and as-built information will be based on
the percentage of work complete at the time of measurement.
Payment for construction surveying, staking and as-built information will be made at the
measured percentage amount for the pay period times the unit bid price. Payment will be
complete compensation for all labor, materials, equipment, travel, surveying needed to
construct the improvements to the line and grade as shown on the plans, to provide the
required construction and as-constructed field (as-built information) notes and drawings,
etc. required to complete this item of work in conformance with the Contract Documents. x
No more than 50% of the bid amount for this item shall be paid prior to the review and
acceptance of the as-built information by the Engineer.
Bad Item 3; Traffic Control (Lump Sum)
The Contractor shall prepare a Traffic Control Plan for review and approval by the City.
The plan shall address the proposed working area, signage, flaggers, contractor access to
the working area, truck and equipment haul routes, and public access during construction.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Special
Prov.doc Page 18
The Plan shall address any proposed lane and sidewalk closures needed for construction
activities. Lane closures in Sunset Blvd shall not occur before 8:30 am and after 4:00 pm.
Allowable work hours are given in Special Provisions Section 1-08, and as may be noted
on the plans. Actual work hours will be approved in the Traffic Control Plan. The City may
revise the work hours and Traffic Control Plan to address traffic problems or complaints.
All adjustments to the work hours, the Traffic Control Plan, and signage are considered
incidental and no additional payment will be made for adjustments.
The Contractor is responsible for controlling mud and dust on any route used by trucks or
equipment, as noted in Supplemental Specifications Section 1-07.23. The Contractor shall
be prepared to use sweeping, power sweepers, watering trucks, and other means
necessary to avoid creating a nuisance. Any debris on the roads shall be cleaned
immediately. Cleaning the road is considered incidental and no additional payment will be
made for this work.
Payment will be prorated over the construction period.
Payment for traffic control for work will be made at the measured percentage amount for
the pay period times the unit bid price, said payment will be complete compensation for all
labor, materials, equipment, preparing and conforming to the approved Traffic Control
Plan, provide for public convenience and safety, detours, flagging, barricades, sequential
arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to
complete this item of work in conformance with the Contract Documents and the Manual on
Uniform Traffic Control Devices (MUTCD).
Erosion Control (Lump Sum)
Erosion Control includes planning, installing, maintaining, and removing temporary erosion
control measures needed for project construction. Erosion control consists of all activities
needed to prevent soil erosion on the project site, creation of sediment laden water, and
migration of sediment laden water into the City drainage system, other water courses, or
private property.
For this type of project typical Erosion Control measures include catch basin protection,
it cleaning catch basins, and filter fabric fencing, at a minimum.
Other erosion control measures may be necessary depending on weather and site
conditions, including but not limited to filter fabric fences, hay bales, placement of plastic
sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities
needed to control erosion from the project.
�w► The Contractor shall develop a "red lined" erosion control plan and submit it to the City for
review and approval. The plan shall be based on the King County Surface Water Design
Manual, as adopted by the City of Renton, and proper construction practices. After the
erosion control system is installed the Contractor shall make any field adjustments
necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All
adjustments are considered incidental and no additional payment will be made for
adjustments.
Payment will be prorated over the construction period.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 19
Payment for Erosion Control will be made at the unit bid price, which payment will be
considered complete compensation for all design, labor, equipment and materials required
to complete this item of work in accordance with the Contract Documents.
Bid Item 5: Trench Excavation Safety Systems (Lump Sum)
Measurement for trench excavation safety systems will be based on the percentage of new
storm sewer pipelines installed divided by the total length of new storm sewer pipe shown
to be installed.
Payment for trench excavation safety systems will be made at the measured percentage
amount for the pay period times the unit bid price, said payment will be complete
compensation for all equipment, labor, materials, hauling, planning, design, engineering,
submittals, furnishing and constructing and removal and disposal of such temporary
sheeting, shoring, and bracing complete as required under the provisions of any permits
and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this
item of work in conformance with the Contract Documents.
Bid Item 6; Driveway Excavation and Grading (Square Foot)_
This item includes all work needed to excavate and grade the new asphalt pavement and
gravel driveway areas shown on the plans. The work includes excavation to the depth
specified, removing, hauling, and disposal of excess removed material, any filling needed,
and grading and tapering edges to match existing grade.
The Contractor shall provide the disposal site per Std. Specs. 2-03.3(7)C.
All cost for hauling and disposal shall be included in the unit bid price. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for Driveway Excavation and Grading shall be per square foot of completed
new asphalt pavement and gravel driveway surface.
Payment for Driveway Excavation and Grading shall be per the unit bid price which shall be
complete compensation for all materials, labor, tools, and equipment needed for
excavation, grading, loading, hauling and disposal of the excavated material, filling and
tapering, etc as shown on the Plans and as required by the Engineer.
Bid Item 7: Crushed Surfacing (Ton)
This item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing
shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans.
Measurement for furnishing and installing Crushed Surfacing will be based on actual
tonnage weight as determined by measurement from a certified scale. Certified weight
tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily.
The quantity for this item is included to provide a common proposal for bid purposes. The
actual quantity used in construction may vary from that amount. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Special
Prov.doc Page 20
Payment for Crushed Surfacing shall be per the unit bid price which shall be complete
compensation for all materials, labor, tools, and equipment necessary for the fulfillment of
all requirements of Standard Specification Section 9-03.9(3) in the execution of the work
shown in the Plans or as required by the Engineer. Any water added to the aggregate at
the plant or in the field for placement and compaction shall be considered incidental to this
item.
Bad Item 8;_ Asphalt Concrete Pavement Class B (Ton)
This item includes all Asphalt Concrete Pavement Class B used for driveway pavement,
other pavement, and asphalt patching. All applications of ACP shall be per Supplemental
Specifications Section 5-04.
All patches and repairs shall be joined to existing pavement with a clean, sawcut joint.
Feathering of edges is not acceptable. Any damaged pavement will be restored by
sawcutting and removing damaged asphalt, supplementing and compacting the base, and
placing new asphalt. The cost for sawcutting due to damaged pavement shall be
considered incidental to this item.
Old asphalt, concrete, soil, and other excavated material will be disposed of offsite.
Payment to haul and dispose of old asphalt and other excavated material shall be included
in the unit bid price.
Measurement for furnishing and installing Asphalt Concrete Pavement will be based on
actual tonnage weight as determined by measurement from a certified scale. The quantity
for this item is included to provide a common proposal for bid purposes. The actual
quantity used in construction may vary from that amount. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Payment for Asphalt Concrete Pavement will be made at the unit bid price which shall
include the cost of all labor, materials, equipment, tools, and incidental costs necessary for
placing, compacting and constructing asphalt pavement, including asphalt concrete
driveways, trench patching, sealing all cold joints, tack coat, raising shoulder to grade,
asphalt sidewalk transitions, asphalt berms, hauling, notifications, aggregate, sweeping,
utility marking and adjustment, furnishing and preparing subgrade, removal of existing
asphalt, cleanup, and all other incidentals necessary for a complete paving system to the
lines, cross-section and grades as shown on the Plans. No additional payment will be
made for work necessary to correct an asphalt concrete patch not installed in accordance
with specifications.
Bad Item 9: 8-inch Dia. Ductile Iron Storm Pipe (Linear Foot)
Ductile Iron storm sewer pipe shall meet the specifications detailed in Section 9-05.13 of
the Special Provisions and Standard Specifications. Ductile iron storm sewer pipe shall be
Class 52. Watertight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
Q1557. The Contractor shall ensure proper placement and compaction of pipe bedding
under the pipe haunches. Payment to furnish and install bedding material shall be included
in the unit bid price bid for pipe in place.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquairn PL NE\1110 Final Specs\19-Special
Prov.doc Page 21
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench BackfilI shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid ON
under that bid item.
Measurement of 8-inch Dia. Ductile Iron Storm Pipe shall be per linear foot will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8-inch Dia. Ductile Iron Storm Pipe shall be at the unit
bid price per linear foot which shall be complete compensation shall be for all labor,
materials, tools and equipment necessary to complete the installation, including all
pavement removal and disposal; storm sewer trench excavation; dewatering (when
required); furnishing and installing storm sewer pipe and fittings; pipe bedding; backfill with
native material; compaction; connection to new or existing storm sewers and structures, all
appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.),
adjusting inverts; haul and disposal of excess trench material including unsuitable material;
cleaning and testing; and temporary patching asphalt to allow for the passage of traffic.
Bid Item I(L 8"x 6" DI Cross and PVC Pipe Installation (Lump Sum)
This item includes furnishing and installing a 8"x 6" DI Cross to connect the new 8-inch DI
pipe to the existing 6-inch PVC drain. This item includes new 6" DI pipe, elastrometric
flexible couplings, PVC pipe, and any other material and fittings necessary to connect the
pipes. This item also includes all PVC pipe, fittings, filter fabric, and other materials
needed for the drainage system behind the rock wall.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. The Contractor shall ensure proper placement and compaction of pipe bedding
under the pipe haunches. Payment to furnish and install bedding material shall be included
in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C1P)\27-3225 Hoquaim PL NE\1110 Final Specs119-Special
Prov.doc Page 22 id
rmaterial Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 8"x 6" DI Cross and PVC Pipe Installation shall be per Lump Sum.
Payment for furnishing and installing 8"x 6" DI Cross and PVC Pipe Installation shall be at
the unit bid price which shall be complete compensation shall be for all labor, materials,
tools and equipment necessary to complete the installation, including all pavement removal
and disposal; storm sewer trench excavation; dewatering (when required); furnishing and
installing storm sewer pipe and fittings; pipe bedding; backfill with native material;
compaction; connection to new or existing storm sewers and structures, all appurtenances
(such as special fittings, bends, connections, catch basin connectors, etc.), adjusting
inverts; haul and disposal of excess trench material including unsuitable material; cleaning
and testing; and temporary patching asphalt to allow for the passage of traffic.
Bid Item 11: 12-inch Dia. CPEP Stone Pipe (Linear Foot)
CPEP storm water pipe shall be smooth interior wall meeting the requirements of Standard
Specs. Section 9-05.19 and 9-05.20. Water-tight joints shall be furnished and installed.
Pipe bedding shall be placed from a minimum of 6 inches below the pipe to 12 inches
above the top of the pipe, and compacted to 95 percent of maximum density per ASTM
D1557. The Contractor shall ensure proper placement and compaction of pipe bedding
under the pipe haunches. Payment to furnish and install bedding material shall be included
in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements'for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
Measurement of 12-inch Dia. CPEP Storm Pipe shall be per linear foot will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 12-inch Dia. CPEP Storm Pipe shall be at the unit bid
price per linear foot which shall be complete compensation shall be for all labor, materials,
tools and equipment necessary to complete the installation, including all pavement removal
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 23
and disposal; storm sewer trench excavation; dewatering (when required); furnishing and
installing storm sewer pipe and fittings; pipe bedding; backfill with native material;
compaction; connection to new or existing storm sewers and structures, all appurtenances
(such as special fittings, bends, connections, catch basin connectors, etc.), adjusting
inverts; haul and disposal of excess trench material.including unsuitable material; cleaning
and testing; and temporary patching asphalt to allow for the passage of traffic.
Bid Item 12: Import Trench Backfill (Ton)
E
Import Trench Backfill shall be Bank Run Gravel per Standard Spec. Section 9-03.19, or as
shown on the plans.
Measurement for Import Trench Backfill, shall be in Tons based on the weight of material
installed into the work. Certified weight tickets shall accompany each load, a copy of
tickets shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans will
be deducted from the certified tickets unless approved by the Engineer. Additionally, no
payment shall be made for necessary compaction to correct backfilled areas, which are not
compacted in accordance with these specifications
ft
The quantity for this item is included to provide a common proposal for bid purposes. The
actual quantity used in construction may vary from that amount. The unit price will not be id
adjusted if the actual quantity used varies by more than 25 percent.
Payment for select imported backfill will be made at the unit bid price, which payment will
be complete compensation for all labor, materials, equipment, hauling, placement, water,
compaction, removal and disposal of waste materials including existing pipes and
structures in the excavation, etc. required to complete this item of work in conformance
with the Contract Documents.
Bid Item 13: Quarry Spalls (Ton)
Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken
concrete shall not be used. Quarry Spalls shall be 2" to 4" Quart' Spalls per Standard
Spec. Section 9-13.6, or as shown on the plans. This item will be used for Quarry Spalls
called out for use in the plans.
This item will also be used when the bottom of excavations and trenches does not present
a stable surface for placement and compaction of backfill or pipe bedding, and over
excavation is approved by the Engineer. Unsuitable excavated material will be disposed of
offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to
remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid
price.
a,
Measurement for furnishing and placing quarry spalls will be based on actual tonnage
weight as determined by measurement from a certified scale. The quantity for this item is
included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NMI 110 Final Specs\19-Special
Prov.doc Page 24
r Payment for Quarry Spalls will be made at the unit bid � payment rice which a ment will be
P
complete compensation for all, labor, materials, equipment, excavation, foundation
materials, haul, placement, water, compaction, removal and disposal of waste material, etc.
required to complete this item of work in conformance with the Contract Documents.
Bid Item 14.• Catch Basin Type 1 (Each)
Measurement for furnishing and installing Catch Basin Type 1 will be per each for each
catch basin installed in conformance with the Contract Documents.
This item includes all the different types of frames and grates (standard, vaned, rolled curb,
other)for CB's that may be show on the plans.
Payment for furnishing and installing Catch Basin Type 1 will be made at the unit bid price
per each, which payment will be complete compensation for all labor, equipment, materials
hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering,
potholing for utility location, excavation, removal and disposal of waste material including
existing pipes and structures in the excavation, foundation material, concrete base, precast
concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment
of frames to grade, appurtenances, connections to new and existing pipes, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
patching, and testing, etc. required to complete all catch basins in conformance with the
Contract Documents. Imported Backfill materials are included in other bid items.
Bid Item M Catch Basin Type II, 48-inch (Each)
Measurement for furnishing and installing Catch Basin Type II will be per each for each
type catch basin installed in conformance with the Contract Documents.
Catch Basin Type II shall be per WSDOT Standard Plan B-1 e.
This item includes all the different types of frames and grates (standard, vaned, rolled curb,
other)for CB's that may be show on the plans.
Payment for furnishing and installing Catch Basin Type II will be made at the unit bid price
per each, which payment will be complete compensation for all labor, equipment, materials
hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering,
potholing for utility location, excavation, removal and disposal of waste material including
existing pipes and structures in the excavation, foundation material, concrete base, precast
concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment
of frames to grade, appurtenances, connections to new and existing pipes, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
patching, and testing, etc. required to complete all catch basins in conformance with the
Contract Documents. Imported Backfill materials are included in other bid items.
Bid Item lt Remove Rock Wall (Lump Sum
This item includes all work needed to remove a section of the existing rockery wall between
the existing CB in Sunset Blvd and the new CB#2 to construct the new stormwater system.
This item includes removing the existing rockery, backfill, underdrain system, piping, etc.,
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 25
and hauling, and disposal of the debris. Waste materials shall be disposed of at an
approved and licensed site, or recycling facility, per Standard Specs Section 2-03.3(7)C.
Existing one-through four-man rock may be salvaged for use in rebuilding the rock wall if it
is in good condition, hard, sound, durable, free from cracks and other defects, meeting the
requirements of Standard Spec. Sections 9-13.7. Any rock proposed for salvage shall be
reviewed and approved by the City. Any rock rejected for use shall be disposed of at no
additional cost to the City.
Measurement for Remove Rock Wall will be based on the percentage of work complete at
the time of measurement.
Payment for Remove Rock Wall will be made at the unit bid price; which payment will be
complete compensation for all labor, equipment, materials, hauling, preparation,
installation, removal, hauling and disposal of waste materials, finishing, cleanup, etc.
required to compete this item in conformance with the Contract Documents.
Construct Rock Wall (Ton)
This item includes all work needed to rebuild the rock wall between the existing CB in
Sunset Blvd and the new CB#2 to match the existing wall. The work includes placing
foundation material below the rock wall, rebuilding the existing under-drain pipe, drainage
rock, filter fabric to match existing material, placing backfill behind the rock wall, rocks and
chinking for the rock wall, and all other work and materials needed the work.
Rock wall construction shall be per Standard Spec. Section 8-24. Rocks and chinking
material shall be per Standard Spec. Section 9-13.7(1).
The following materials will be paid for under separate bid items:
Foundation for the rock wall shall be Crushed Surface Base Course per Standard
Spec. Section 9-03.9(3), or as shown on the plans.
x=
Gravel Backfill For Drains (drain rock) shall be per Standard Spec. Section 9-
03.12(4), or as shown on the plans.
Backfill behind the rock wall shall be 2" to 4" Quarry Spalls per Standard Spec.
Section 9-13.6, or as shown on the plans.
All PVC pipe, fittings, filter fabric, and other materials needed for the drainage
system behind the rock wall.
Measurement for Construct Rock Wall will be based on actual tonnage weight of Rocks
and Chinking Material furnished and installed as determined by measurement from a
certified scale. Certified weight tickets shall accompany each load, a copy of tickets shall
be given to the Engineer daily. The quantity for this item is included to provide a common
proposal for bid purposes. The actual quantity used in construction may vary from that
amount. The unit price will not be adjusted if the actual quantity used varies by more than
25 percent.
Any salvaged one- through four-man rocks used in rebuilding the rock wall shall be
measured in three dimensions by Engineer and Contractor. The measurements will be
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
f„
Prov.aoc Page 26
adjusted to an equivalent rectangular shape of solid rock. The Engineer will convert the
measurement to tons at a rate of 160 pounds per cubic foot for payment.
Payment for Construct Rock Wall will be made at the unit bid price, which payment will be
complete compensation for all labor, equipment, materials, hauling, preparation,
installation, removal, hauling and disposal of waste materials, finishing, cleanup, etc.
required to compete this item in conformance with the Contract Documents.
Bid Item • Gravel Backfill For Drains (Ton)
Gravel Backfill For Drains (drain rock) shall be per Standard Spec. Section 9-03.12(4), or
as shown on the plans.
Measurement for Gravel Backfill For Drains shall be in Tons based on the placed weight of
material installed. Certified weight tickets shall accompany each load, a copy of tickets
shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment.
The quantity for this item is included to provide a common proposal for bid purposes. The
actual quantity used in construction may vary from that amount. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
(
Payment for Gravel Backfill For Drains will be made at the unit bid price, which payment will
be complete compensation for all labor, materials, equipment, hauling, placement, water,
compaction, removal and disposal of waste materials including existing pipes and
structures in the excavation, etc. required to complete this item of work in conformance
with the Contract Documents.
i Bid Item 19: SawCutting (Linear Foot)
Measurement of"Sawcutting° shall be per linear foot of surface cut.
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Payment for furnishing and installing Sawcutting will be made at the unit bid price, which
shall be full compensation for all materials, labor, tools, and equipment necessary to saw
cut the existing asphalt concrete and cement concrete surfaces regardless of the depth
encountered or the material to be sawcut, and including flushing of sawcuts with high
pressure water as well as pollution control. No wastewater shall be released into the storm
sewer system, drainage ditches, or onto private property.
Bad Item • Remove and Replace Conc. Sidewalk (Square Yard)
This item includes all work needed to remove and replace the existing concrete sidewalk
p 9
along Sunset Blvd NE needed for project construction. Cement Concrete Sidewalk shall
conform to Supplemental Specification Section 8-14, City of Renton Standard Detail F 007,
and as is shown on the Plans. This item includes removing, hauling, and disposal of the
waste material. Waste materials shall be disposed of at an approved and licensed site, or
recycling facility, per Standard Specs Section 2-03.3(7)C.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\I 110 Final Specs\19-Special
Prov.doc Page 27
Crushed Surfacing and Sawcutting will be paid under separate bid items.
Measurement for Removal and Replace Conc. Sidewalk shall be in square yards of new
finished surface of sidewalk and driveway required for installation of utilities as shown in
the Contract Documents, unless otherwise approved by the Engineer.
4^
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Payment for Removal and Replace Concrete Sidewalk will be made at the unit bid price,
which payment will be complete compensation for all labor, equipment, materials, saw
cutting, removing and disposal of waste material, materials hauling, preparation, imported
material necessary to meet compaction requirements, forming, placement, finishing,
cleanup, etc. required to compete this item in conformance with the Contract Documents.
Bid Item 21: Remove and Replace Conc. Curb and Gutter (Linear Foot)
This item includes all work needed to remove and replace the existing concrete curb and
gutter along Sunset Blvd NE needed for project construction. Concrete Curb and Gutter
shall conform to City of Renton Standard Detail F-01 and FR05, and as is shown on the
Plans. This item includes removing, hauling, and disposal of the waste material. Waste
materials shall be disposed of at an approved and licensed site, or recycling facility, per
Standard Specs Section 2-03.3(7)C.
Crushed Surfacing and Sawcutting will be paid under separate bid items. n
Measurement for Removal and Replace Concrete Curb and Gutter shall be in linear feet of
new Concrete Curb and Gutter required for installation of utilities as shown in the Contract
Documents, unless otherwise approved by the Engineer
Depending on site conditions the amount of this item may vary. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Payment for Removal and Replacement Concrete Curb and Gutter will be made at the unit
bid price, which payment will be complete compensation for all labor, equipment, materials,
saw cutting, removing and disposal of waste material, materials hauling, preparation,
imported material necessary to meet compaction requirements, forming, placement,
finishing, cleanup, etc. required to compete this item in conformance with the Contract
Documents.
Bid Item 22: Remove and Restore Wood Fence (Linear Foot)
This item includes all work needed to remove the sections of the existing wood fence
needed to construct the new storm water line, and rebuilding the wood fence in the same
location as the existing structure. This item includes removing the existing wood
structures, hauling, and disposal of the debris. Waste materials shall be disposed of at an
approved and licensed site, or recycling facility, per Standard Specs Section 2-03.3(7)C.
The item includes all work needed to rebuild the wood fence with new wood materials,
posts, footings, and fittings to match the old structure. The new wood fence will be
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 28
constructed to match and blend smoothly with the existing fence. The new wood fence
shall be sealed and painted with two coats of paint to match the color of the existing fence.
lr Final inspection will be performed by the City. Any items that are unsatisfactory, or do not
match the old fence, shall be corrected by the contractor at no additional expense to the
City.
Measurement for Remove and Restore Wood Fence shall be in linear feet of new fence
installed as required for installation of utilities as shown in the Contract Documents, unless
otherwise approved by the Engineer.
Payment for Remove and Restore Wood Fence will be made at the unit bid price, which
payment will be complete compensation for all labor, equipment, materials, hauling,
preparation, installation, removal, hauling and disposal of waste materials, finishing,
cleanup, etc. required to compete this item in conformance with the Contract Documents.
Restoration, Topsoil, Seeding (Lump Sum)
This item consists of all tasks necessary to completely clean and restore the project work
area, any areas outside of the work limits that are affected by the contractor, and any
damaged areas. This item includes final cleanup, grading and raking, dressing, and
! trimming the project area after construction, and removing all personnel and equipment off
the site. The streets adjacent to the project area shall be inspected and swept clean
(manual or power sweeping) at the end of construction.
Any disturbed areas outside of the new asphalt/gravel road will be restored by grading,
raking, placing 3-inches of topsoil, and seeding. This includes areas at the top and bottom
of the new rock wall. The topsoil will be raked to match existing grade and the new edge of
the new road. Fertilizer, mulch, and lawn grass seed mixture will be spread evenly over the
new topsoil and any areas of bare soil.
Topsoil shall be Type C per Standard Spec. Section 9-14.1. Fertilizer and mulch shall
follow the general requirements in Special Provisions Section 9-14. Seed shall be a lawn
grass seed mix. Fertilizer, seed, and mulch may be mixed and spread manually (instead of
hydroseeding) due to the limited area. Specifications for all material proposed for use shall
be submitted to the City for review and approval.
All restoration work shall be inspected and completed to the satisfaction of the City. Any
adjustments, additional applications, or corrections to the work identified by the City shall
be considered incidental, and at no additional expense to the City.
Measurement for Restoration, Topsoil, Seeding will be'based on the percentage of work
complete at the time of measurement.
Payment for Restoration, Topsoil, Seeding, Restore will be made at the unit bid price,
which payment shall be shall be full compensation for furnishing all materials, labor,
equipment, and supplies necessary to prepare for restoration, final cleanup, sweeping,
grading and trimming, topsoil, fertilizer, seed and mulch, etc. required to compete this item
in conformance with the Contract Documents.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 29
Bid Item 4: Minor Changes (Lump Sum)
At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu
of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications.
The unit contract price for Minor Changes is given in the Schedule of Prices and shall not
be changed by the bidder.
All work and payment under this item must be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of
the Standard Specifications.
Payment for this item will only be for the changes and amounts approved by the City. If no
changes are authorized under this bid item final payment for this item will be $0 (zero).
i
G
HAFile Sys\SWP-Surface water Projects\SWP-27-surface water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Special
Prov.doc Page 30
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
Delete the first paragraph of this section and replace with the following:
rThe Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans
which are required for the execution of construction activities. Trees and shrubs may be
removed only after approval by the City.
2-01.2 Disposal of Usable Material and Debris
Delete the third paragraph of this section and replace with the following:
Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be
disposed of in such manner as to meet all requirements of state, country and municipal
regulations regarding health, safety and public welfare.
5
2-01.3
( ) Shrub Removal (New Section)
If it is necessary to move shrubs during construction, the Contractor shall remove the
shrubs and replace them in-kind in the original locations after completion of the work. If a
shrub is damaged during construction, the City may require the Contractor to replace in like
size and kind.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Supplement this section with the following:
The work shall consist of necessary removal and disposal of existing improvements,
including pavements, concrete road structures, manholes, abandoned piping, and other
items necessary for the completion of the project.
All removal will be considered incidental to the work unless specifically identified as a bid
item.
HAFile Sys1SWP-Surface Water Projectsl.SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs119-Spec
Prov.doc Page 31
2-02.3 Construction Details
2-02.3(1) General Requirements
Supplement this section with the following:
The removal(s) shall be conducted in such a manner as not to damage existing utilities,
roadway, and other structures that are to remain in place. The Contractor shall repair,
replace, or otherwise restore damage resulting from his activities. The limits of removal for
concrete or rigid materials shall be either the edge of the structure, an existing construction
joint, or a new sawcut.
The depth of saw cuts shall be such as will accomplish the intended purpose, and will be
determined in the field to the satisfaction of the Engineer. Sawing shall be considered
incidental to the other bid items.
2-02.3(1)A Salvage (New Section)
Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable
value shall be carefully salvaged and delivered to the City in good condition, and as
directed by the City. Materials and items deemed of no value by the City shall be removed
by the Contractor, and shall become the Contractor's property to be disposed of at no
additional cost to the City.
2-02.3(7)D Contractor Provided Disposal Site (Addition)
Waste materials shall be hauled to a waste site secured by the Contractor and shall be
disposed of in such a manner as to meet all requirements of state, county and municipal
regulations regarding health, safety and public welfare.
5,
2-02.5 Payment
Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 32
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
r 5-04 ASPHALT CONCRETE PAVEMENT
5-04.1 Description
Add the following:
Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in
accordance with the Contract Documents.
5-04.2 Materials
Supplement this section with the following:
Tack Coat
Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) of the
Standard Specifications.
5-04.3 Construction Requirements
5-04.3(2) Hauling Equipment
Add the following to the first paragraph:
If truck has not used canvas to protect asphalt from weather during haul the Engineer, or
its representative, reserves the right to reject the load. Rejection of load due to non-
protection will not be basis for any compensation.
5-04.3(5)C Crack Sealing
Delete the first sentence and replace with the following:
Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and
joints, they shall be cleaned with a stiff-bristled broom and compressed air.
5-04.3(9) Spreading and Finishing
Supplement this section with the following:
r
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 33
Asphalt Concrete Pavement(ACP) Class B
ACP Class B shall be placed to the compacted depths specified herein, equal to existing
ACP thickness for restored ACP, or as shown on the Contract Plans and City of Renton
Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted
depth shall be placed in two equal lifts. Placement shall be in accordance with applicable
provisions of Section 5-04.
5-04.3(17) Paving Under Traffic
Add the following sentence to the second paragraph of this section:
No traffic shall be allowed on newly placed pavement without the approval of the Engineer.
5-04.5 Payment
See bid items descriptions for units of measure and payment.
5-04.6 Asphalt Concrete Pavement Overlays
5-04.6(1) Scope of Work
The intent of these Specifications is to provide a minimum of 2 inches compacted depth of
class "B" asphalt concrete pavement at various locations, which are shown in the Plans or
identified in the bid items. All work required to complete the overlay, 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, therefor, shall be included in
the bid item price.
At all times, there must be materials on the job site to handle any spills caused by the
Contractor, such as tack, oils, diesel, etc.. Materials shall include, but not be limited to, oil
absorbent pads and "kitty litter". The Contractor must supply said materials at his expense
and, in the event of a spill, be responsible for cleanup and disposal of contaminated
materials.
5-04.6(2) Traffic Control:
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 work.
On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72
NA
hours in advance of the work taking place. The signs shall specify the date and hours that
the parking restrictions will be in effect. The Contractor shall obtain prior approval for the
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 34
parking restrictions from the City of Renton Department of Public Works Transportation
Systems Division.
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 is in the area.
The Contractor shall provide and use sufficient traffic control equipment and trained
personnel at all times. The Federal Highway Administration's 1988 Manual On Uniform
Traffic Control Devices for streets and highways 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 and materials associated with the notification procedures shall be incidental to the
project, unless a specific item for"Traffic Control" is included.
5-04.6(3) Removal of Structures and Obstructions
The Contractor shall remove all plastic traffic buttons, thermoplastic stop-bars and
thermoplastic cross-walks from roadway surface, and the area shall be swept clean prior to
application of the tack coat for overlay.
3
The removal and disposal of plastic traffic buttons and thermoplastic legend, stop-bars and
crosswalks, shall be considered incidental to the project and no additional compensation
shall be made.
5-04.6(4) Preparation and Placement
The Contractor shall maintain existing surface contour during overlay, unless otherwise
instructed by the Engineer.
5-04.6(4)A Preparation of Existing Surfaces
The Contractor shall provide their own mechanical sweeping equipment. The sweeper will
be on the project 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 paving machine. The sweeper shall not leave the overlay
site until given permission by the City's inspector.
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.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\l 110 Final Specs\19-Spec
Prov.doc Page 35
5-04.6(4)6 Utility Adjustments
The Contractor shall install "poppers" to assist in locating the utility lids. All utilities shall be
painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids.
Diesel will not be used. After the application of soap, catch basins shall be covered to
prevent tack and ACP from getting into catch basin.
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 adjustments must begin. The
Contractor shall have an adjustment crew adjusting utilities every workable working day
until adjustments 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 adjustment shall be made per contract with respect to materials and methods except
for revisions approved in the field by the City engineer.
Utility adjustments must be completed five (5) working days after overlay is complete, and
within the specified working days.
5-04.6(4)C Spreading and finishing
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.
The Contractor shall not use vibration when compacting on streets where A.C. Line
(Asbestos Concrete) is used (refer to City of Renton comprehensive Water System Plan,
figure#7, 1/15/92).
5-04.6(5) Payments
See bid items descriptions for units of measure and payment.
Ma
r
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.aoc Page 36
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL
8-01.1 Description
Supplement this section with the following:
Work shall include the placement of temporary and permanent erosion control facilities
during the duration of this project. The Contractor will be held responsible for maintenance
of all erosion control facilities necessary during the duration of this contract.
Work shall include but not be limited to the following:
• Storm Drain Inlet Protection
• Sediment Control Fencing
• Hay Bales and Mulch
• Covering Soil with Plastic Covering
• Miscellaneous Erosion Control
8-01.2 Materials
Supplement this section with the following:
Filter fabric used in the Sediment Control Fencing q shall be equal to Mirafi 10OX or
approved equal.
8-01.3(3) Miscellaneous Erosion Control (New Section)
Contractor shall take all necessary precautions to prevent sediment from construction
activities from entering nto storm waters stems or natural waterways and from being
9 Y Y 9
transported away from the construction area by storm water.
8-01.5 Payment
Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
If a bid item for Erosion Control is not listed, the cost of all such work shall be considered
incidental and included within the unit bid prices in the contract.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Spec
Prov.doc Page 37
8-04 CURBS, GUTTERS AND SPILLWAYS
8-04.1 Description
Add the following:
Work includes replacement of curb and gutters removed or damaged due to construction
activities.
8-04.3 Construction Requirements
Add the following:
Curb and gutters shall match the existing curb and gutter, including type and dimensions.
Grade shall meet adjacent curb and gutter in a smooth transition.
8-04.3(3) Width of Replacement(New Section)
Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise
authorized by the Engineer.
s,
8-04.5 Payment
Supplement this section with the following:
See bid items descriptions for units of measure and payment.
E
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Add the following:
Work includes replacement of sidewalks removed or damaged due to construction
activities. Replacement of sidewalks shall include driveways and handicap access areas.
8-14.3(2) Placing and Finishing Concrete
Add the following:
Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent
sidewalks in a smooth transition.
8-14.3(5) Width of Replacement(New Section)
Contractor shall replace sidewalk to the nearest construction joint, unless otherwise
authorized by the Engineer.
HAFile Sys\SWP-Surface Water Projects\.SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 38
L
L8-14.5 Payment
Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
8-22 PAVEMENT MARKING
8-22.1 Description
Supplement this section with the following:
All existing pavement markings and markers that are removed by the Contractor's activities
related to this project shall be replaced in the original location and shall be of similar type.
Markings and markers shall be in accordance with the City of Renton Standard Plans.
8-22.5 Payment
Supplement this section with the following:
Bid items with descriptions, units of measure and payment are outlined in Section 1-
09.3(1).
If a bid item for Pavement Marking is not listed, the cost of all such work shall be
considered incidental and included within the unit bid prices in the contract.
DIVISION 9
MATERIALS
9-03.22 Controlled Density Fill (New Section)
Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates,
water and admixtures proportioned to provide a non-segregating, self-consolidating, free-
flowing and excavatable material which will result in a hardened, dense, non-settling fill.
Where not specified in this section, Measuring, Mixing, Delivery and Placement shall follow
ASTM C94 or WSDOT 6-02.3.
9-03.22(1) Materials Description
Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water
and admixtures which has been batched and mixed in accordance with ASTM C 94 or
WSDOT 6-02.3.
Materials
1. Portland Cement: ASTM C 150, AASHTO M 85, or WSDOT 9-01
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NEU 110 Final Specs\19-Spec
Prov.doc Page 39
2. Fly Ash: Class F or Class C
3. Aggregates: ASTM C 33, WSDOT 9-03.14, or WSDOT 9-03.1
4. Water WSDOT 9-25
5. Admixtures WSDOT 9-23.6, AASHTO M 194, ASTM C 494, or ASTM
C 260
9-03.22(2) Proportioning
The table below provides a guideline for Controlled Density Fill mixes. The weights shown
are only an estimate of the amount to be used per cubic yard of C.D.F. Actual amounts
may vary from those shown as approved by the Engineer or approved trial mix data or field
test results for proper strength, workability, consistency and density.
Class of C.D.F. A B Cy
Maximum Compressive Strength, lbs. per sq. in. 100 300 300
(lbs./sq.ft.) (14400) (43200) (43200)
Max. gals. of mixing water per cubic yard 50 50 30
Lbs. of cement per cubic yard, approximate 30 50 50
Lbs. of fly ash per cubic yard, approximate 200 250 250
Lbs. of dry aggregate per cubic yard, approximate (assumed
Sp.G. 2.67) 3200 3200 3200
1. If air entraining or water reducing admixture is used for flow-ability, total water and
aggregates may be adjusted for yield.
2. Coarse aggregate size of 1-1/2" minus assumed. For flowable or excavatable
C.D.F., 3/8" minus or sand is recommended.
3. Weights may be adjusted for flow-ability and pump-ability.
9-03.22(3) Placement
C.D.F. can -be proportioned to be flowable, non-segregating, or excavatable by hand or
machine. Desired flow-ability shall be achieved with the following guidelines:
Low Flow-ability below 6 inch slump E'
Normal Flow-ability 6- 8 inch slump
High Flow-ability 8 inch slump or greater
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 40
C.D.F. shall be placed by any reasonable means in to the area to be filled. Flowable
C.D.F. shall be brought up uniformly to the elevation shown on the plans. Trench section
to be filled with C.D.F. shall be contained at either end of trench section by bulkhead or
earth fill.
C.D.F. patching, mixing and placing may be started if weather conditions are favorable,
when the temperature is at 34 degrees F and rising. At the time of placement, C.D.F. must
have a temperature of at least 40 degrees F. Mixing and placing shall stop when
temperature is 38 degrees F or less and falling. Each filling sage shall be as continuous an
operation as is practicable. C.D.F. shall not be placed on frozen ground.
9-03.22(4) Compaction
For flowable C.D.F. compaction is not necessary for placement.
The contractor may as an option, adjust the water content to obtain a 0 to 1" maximum
slump mixture which if used will be compacted in lifts not to exceed 12 inches. Compaction
will be accomplished by use of acceptable compaction means.
9-03.22(5) Protection
Contractor shall provide steel plates to span utility trenches and prevent traffic contact with
C.D.F. for at least 24 hours after placement or until C.D.F. is compacted or hardened to
prevent rutting by construction equipment or traffic.
9-03.22 (6) Testing
Testing shall be performed per WSDOT 6-02.3(5)for slump and compressive strength.
If laboratory trial batches or field trial data confirm weight and strength, no further testing
will be necessary, if approved by the Engineer.
For hand excavatable material, the unconfined compressive strength shall be 100 psi
maximum at 28 days. Laboratory trial batches or field trial data may be submitted to
confirm strength and weight.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP) (Addition)
9-05.19(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe
with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or
approved equivalent.
9-05.19(2) Pipe Material and Fabrication
CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294,
Type S.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 41
9-05.19(3) Fittings and Gaskets
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings
shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by
Nyloplast USA, Inc., or approved equivalent.
9-05.19(4) Installation
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into
fitting.
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2 Seed (addition)
Seed mix for hydroseeding shall be as follows:
Meadow Seed Mix
%Weight % Purity % Germination
Redtop or Oregon Bentgrass 40 92 85
Agrostis alba or Agrostis oregonensis
Red Fescue 40 98 90
Festuca rubra
White Dutch Clover 20 98 90
Tiifolium repens
Seed shall be applied at the rate of 120 pounds per acre. ;
9-14.3 Fertilizer (addition)
A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to bringing
on the job.
s
Fertilizer shall be 10-20-20 N-K-P slow release rate.
Fertilizer shall be applied at the rate of 90 pounds per acre.
9-14.4 Mulch and Amendments (addition)
Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating
process, from fir, hemlock, or alder. The mulch shall have a minimum of 77% of the total
fiber exceeding 3.5 mm in length, and 60% of fibers 8.5mm or longer.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL N&I 110 Final Specs\19-Spec
Prov.doc Page 42
L
Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on each
package. Fiber shall be dyed green in color to provide visual metering of application.
Tackifier shall be incorporated into the wood fiber in the drying process
Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre.
9-14.4(7) Soil Binder or Tacking Agent (addition)
Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into the
wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or
greater than 10%, with the percentage used clearly labeled on the outside of package.
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood
a
fiber mulch to provide tackifier rates equivalent to or greater than specified.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-3225 Hoquaim PL NE\1110 Final Specs\19-Spec
Prov.doc Page 43
Ywr
rr
�Y
ti o
N�
Ilk
AV
r
CITY OF RENTON
SURVEY CONTROL NETWORK
Vertical Control
3rd Order, 1st Class
North American Vertical Datum 1988 Meters
Horizontal Control
2nd Order, 1st Class
North American Datum 1983/1991 Meters
fair
1'Printing January 1995
2°d Printing January 1997
i' Revised& Reprinted May 2000
6
TS_SERVER//SYS2\MAPS\83m\controi\scn.doc Title 2 May,2000
rr
TABLE OF CONTENTS
SECTION I
SURVEY CONTROL NETWORK DESCRIPTION.................................. i
SURVEYING STANDARDS ............................................................1-11-1
MONUMENT CASE& COVER STANDARD PLAN.......................H031
SECTION II
r, MAPS,DESCRIPTIONS&VALUES
SectionIndex Map............................................................................... Index
Section Township Range Page
13 T23N R4E WM..................................................................F2
14 T23N R4E WM..................................................................F1
24 T23N R4E WM..................................................................G2
25 T23N R4E WM..................................................................H2
36 723N R4E WM...................................................................I2
5 T22N R5E WM
6 T22N R5E WM...................................................................J5
3 T24N R5E WM..................................................................D6
4 T23N R5E WM..................................................................D5
5 T23N R5E WM...........................................------.................D4
rn7 T23N R5E WM..................................................................E3
8 T23N R5E WM..................................................................E4
9 T23N R5E WM..................................................................E5
10 T23N R5E WM..................................................................E6
11 T23N R5E WM..................................................................E7
14 T23N R5E WM..................................................................F7
w. 15 T23N R5E WM..................................................................F6
16 T23N R5E WM..................................................................F5
17 T23N R5E WM..................................................................F4
±r� 18 T23N R5E WM ....................................F3
19 T23N R5E WM..................................................................G3
20 T23N R5E WM..................................................................G4
21 T23N R5E WM..................................................................G5
22 T23N R5E WM..................................................................G6
r 29 T23N R5E WM..................................................................H4
30 T23N R5E WM..................................................................H3
31 T23N R5E WM...................................................................I3
32 T23N R5E WM...................................................................I4
29 T24N R5E WM..................................................................B4
31 T24N R5E WM..................................................................C3
r. 32 T24N R5E WM..................................................................C4
TS_SERVER//SYS2\MAPS\&3m\convoftcn.doc Table of Contents 2 May 2000
Yrr
CITY OF RENTON
SURVEY CONTROL NETWORK
The City of Renton Survey Control Network is the result of a three year project by the
Technical Services Section of the Planning & Technical Services Division of the
Planning/Building/Public Works Department and several private surveying firms working
for the city. The purpose of this network is to provide an accessible common datum for rt
all public and private projects within the city. Thus facilitating city wide infrastructure
management and analysis and assuring compatibility between the various utility systems
and system projects.
This project started in 1992 with the formation of a Horizontal and Vertical Control
Network Committee to prepare a plan for the development and maintenance of a Survey
Control Network for the City. The committee members were:
Robert Anderson PLS; Bush, Roed&Hitchings,Inc.,
Carrie Davis; Technical Services Section(Recorder),
Abdoul Gafour; Utility Systems Division,
Ameta Henninger; Plan Review Section, Development Services Division,
Jae Lee; Transportation Systems Division,
Robert Mac Onie; Technical Services Section(Chairman),
Jon Warren PLS; Dodds Engineers, Inc.,
Dennis Wegenast; National Geodetic Survey.
The committee developed the standards, specifications and phasing for all ensuing work.
All survey work meets the requirements specified by the Federal Geodetic Control
Committee in Standards and Specifications for Geodetic Control Networks dated September
1984. The project was split into three phases: 1) monument recovery, 2) horizontal
control and 3) vertical control. The monument recovery project was performed by Dodds
Engineers, Inc_, under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified existing Public Land Survey System comer monuments and other
monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those
located near current and proposed capital improvement projects) important to the
development of a survey control network. In most cases, street centerline monuments
were selected for both horizontal and vertical control due to stability and maintenance
considerations.
The second and third phases ran concurrently during 1993 & 1994. The horizontal
control phase was executed by Bush, Roed & Hitchings, under the direction of Robert
Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal
Geodetic Control Subcommittee Standards for GPS control surveys as defined in
Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington
State Plane, 2nd Order, I st Class, northing and easting values for 122 monuments in and
TS_SERVER//SYS2\MAPS\83mlcontrol\scn.doc i 2 May 2000
an
As around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision
geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN)
controlled the GPS survey. All coordinates show are "Washington Coordinate System of
1983/1991,North Zone."
The vertical control phase was performed by Triad Associates, under the direction of
'o'" Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev
adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class,
ift elevations on 190 monuments in and around the City with 70 of these being horizontal
control monuments as well. The leveling project was divided into seven primary
interdependent loops connected at a minimum of two points with common benchmarks.
Additional legs were run across the primary loops tying into two benchmarks at both
ends. A total of 15 NGS benchmarks were part of the network, four of which were held
in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617)
and provided substantial agreement(less than or equal to 5mm)with 5 others.
The City, in 1995, will have reference points set for all Survey Control Network street
ar centerline monuments not currently referenced. Over the next several years monuments
in need of upgrade will be reset as part of an ongoing maintenance program or where
;fi capital improvement projects would likely disturb them.
n
As an adjunct to the Survey Control Network the city has developed the enclosed
to Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of
these standards which were modified to require the use of the Survey Control Network
for all public and private development projects within the city and define the
responsibilities of the surveyor in the establishment of new monuments and their
associated records. The standards have been reviewed by at least ten licensed surveyors
for completeness and suitability.
The City of Renton and its urban growth area lie between latitudes 47° 25' North to the
south and 47° 32' 30" North to the north. In most cases the combined scale factor
err (elevation and grid scale) throughout this area can be treated as equal to 1.0000000.
Table 1. shows the grid scale factors for each minute of latitude in the Renton area
identified above.
Please note that the relative accuracy for the grid scale factors is approximately 1 in
60,000 at 470 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for
most survey work will have no impact on surveys covering less than 1.5 miles.
rr.
T'S_SERVER//SYS2\MAPS\83m\control\scn.doc li 2 May 2000
r
TABLE 1.
LAMBERT CONFORMAL CONIC PROJECTION TABLE
Washington Coordinate System of 1983/1991,North Zone for Renton
Tabular. Grid
Latitude Radius Difference Scale
for 1" of Lat. Factor
470 25' 5807452.516 30.88355 1.00001659
470 26' 5805599.504 30.88353 1.00001310
470 27' 5803746.492 30.88352 1.00000970
470 28' 5801893.480 30.88351 1.00000638
470 29' 5800040.470 30.88350 1.00000315
470 30' 5798187.460 30.88349 1.00000000
470 31' 5796334.450 30.88349 0.99999693 r
470 32' 5794481.441 30.88349 0.99999395
470 33' 5792628.431 30.88349 0.99999105
rr►
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation Sea Level
Feet Factor
Sea Level 1.0000000
500 0.9999761
1000 0.9999522
The worst case relative accuracy for an elevation of 650 feet with an interpolated scale
factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case
grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative
accuracy of approximately 1 in 25,000.
err
It should be noted that Washington state uses the US survey foot and the conversion
between feet and meters is 3937/1200 or 3.28083333 feet per meter.
An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and
around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to
NAVD 1988.
The information in this document has been extensively reviewed but there is always the
possibility that some particulars of the monument locations, descriptions or values are
either misleading or incorrect. If any such errors are found please contact the City of
Renton's Mapping Supervisor at - 69. This document will be updated on an
ongoing basis as monuments are upgraded, added or as corrections are made.
TS_SERVER//SYS2\MAPS\83m\control\scn.doc iii 2 May 2000
r
go
ks
City of Renton
Surveying Standards
t
City of Renton Standard Plans & Supplemental Specifications
*a Section 1-11
Adopted December 16, 1996
Effective January, 21, 1997
IN
rw
+rwr
rr
TS SERVER//SYS2\MAPS\83m\control\scn_doc 1-11-i 2 May 2000
im
Vertical Datum of 1988, and tied to at least one
1-11 Renton Surveying Standards of the City of Renton Survey Control Network ar
benchmarks. If there are two such benchmarks
1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both
All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be
under the direct supervision of a person
shown on the drawing. If a City of Renton
registered to practice land surveying under the benchmark does not exist within 3000 feet of a
provisions of Chapter 18.43 RCW. project,one must be set on or near the project in
All surveys and survey reports shall be prepared a permanent manner that will remain intact
in accordance with the requirements established throughout the duration of the project. Source of
by the Board of Registration for Professional elevations (benchmark) will be shown on the
Engineers and Land Surveyors under the drawing, as well as a description of any bench to
provisions of Chapter 18.43 RCW. marks established.
1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC)
(RC) Those surveys dependent on section subdivision
The horizontal component of all surveys shall shall reveal the controlling monuments used and
have as its coordinate base: The North the subdivision of the applicable quarter section.
American Datum of 1983/91. Those surveys dependent on retracement of a
All horizontal control for projects must be plat or short plat shall reveal the controlling
referenced to or in conjunction with a minimum monuments, measurements, and methodology
of two of the City of Renton's Survey Control used in that retracement.
Network monuments. The source of the 1-11.1(4) Field Notes(RC)
coordinate values used will be shown on the Field notes shall be kept in conventional format
survey drawing per RCW 58.09.070. in a standard bound field book with waterproof ]
The horizontal component of all surveys shall pages. In cases where an electronic data
meet or exceed the closure requirements of collector is used field notes must also be kept
WAC 332-130-060. The control base lines for with a sketch and a record of control and base
all surveys shall meet or exceed the requirements line traverses describing station occupations and
for a Class A survey revealed in Table 2 of the what measurements were made at each point.
Minimum Standard Detail Requirements for Every point located or set shall be identified by a
ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall rill
established and adopted by ALTA and ACSM in be unique within a complete job. The preferred
1992 or comparable classification in future method of point numbering is field notebook,
editions of said document. The angular and page and point set on that page. Example: The
linear closure and precision ratio of traverses first point set or found on page 16 of field book �
used for survey control shall be revealed on the 348 would be identified as Point No_ 348.16.01,
of adjustment-face the survey drawing, as shall the method the second point would be 348.16.02,etc.The horizontal component of the control system Upon completion of a City of Renton project,
either the field notebook(s)provided by the City
for surveys using global positioning system or the original field notebook(s) used by the
methodology shall exhibit at least 1 part in surveyor will be given to the City. For all other
50,000 precision in line length dependent error
work, surveyors will provide a copy of the notes
analysis at a 95 percent confidence level and to the City upon request. In those cases where
performed pursuant to Federal Geodetic Control an electronic data collector is used, a hard copy
Subcommittee Standards for GPS control print out in ASCII text format will accompany
surveys as defined in Geometric Geodetic the field notes.
Accuracy Standards & Specifications for Using
GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC)
August 1, 1989 or comparable classification in Corner A point on a land boundary, at the
future editions of said document.. juncture of two or more boundary lines. A
The vertical component of all surveys shall be monument is usually set at such points to
based on NAVD 1988, the North American io
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
aw
so
physically reference a corner's location on the requirements of the project, the original will be
ground. recorded with the King County Recorder.
Monument Any physical object or structure of If recording is not required, the survey drawing
record which marks or accurately references: shall be prepared on 22 inch by 34 inch mylar,
Mw and the original or a photographic mylar thereof
• A corner or other survey point established will be submitted to the City of Renton.
by or under the supervision of an individual The survey drawings shall meet or exceed the
per section 1-11.1(1) and any comer or requirements of WAC 332-130-050 and shall
monument established by the General Land conform to the City of Renton's Drafting
Office and its successor the Bureau of Land Standards. American Public Works Association
Management including section subdivision symbols shall be used whenever possible, and a
W comers down to and including one-sixteenth legend shall identify all symbols used if each
corners;and point marked by a symbol is not described at
each use.
• Any permanently monumented boundary, An electronic listing of all principal points
right of way alignment, or horizontal and shown on the drawing shall be submitted with
vertical control points established by any each drawing. The listing should include the
governmental agency or private surveyor point number designation (corresponding with
`w'i including street intersections but excluding that in the field notes), a brief description of the
dependent interior lot comers. point, and northing, easting, and elevation (if
applicable) values, all in ASCII format, on IBM
+0 1-11.1(6) Control or Base Line Survey PC compatible media.
Control or Base�
Line Surveys shall be 1-11.1(7) Precision Levels(RC)
to established for all construction projects that will Vertical Surveys for the establishment of bench
create permanent structures such as roads, marks shall satisfy all applicable requirements of
sidewalks,bridges,utility lines or appurtenances, section 1-05 and IA 1.1.
signal or light poles, or any non-single family Vertical surveys for the establishment of bench
to building. Control or Base Line Surveys shall
marks shall meet or exceed the standards,
consist of such number of permanent monuments specifications and procedures of third order
as are required such that every structure may be elevation accuracy established by the Federal
10 observed for staking or "as-builting" while Geodetic Control Committee.
occupying one such monument and sighting Bench marks must possess both permanence and
another such monument. A minimum of two of vertical stability. Descriptions of bench marks
these permanent monuments shall be existing must be complete to insure both recoverablilty
positive identification on recovery.
monuments, recognized and on record with the and P ry
City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset
Survey shall occupy each monument in turn,and
shall satisfy all applicable requirements of Topography(RC)
Topographic surveys shall satisfy all applicable
Section 1-1 1.1 herein.
requirements of section 1-11.1 herein.
The drawing depicting the survey shall be neat,
,w legible, and drawn to an appropriate scale. All points occupied or back sighted in
North orientation should be clearly presented developing radial topography or establishing
and the scale shown graphically as well as noted. baselines for station — offset topography shall
meet the requirements of section 1-11.1 herein.
The drawing must be of such quality that a
'W reduction thereof to one-half original scale The drawing and electronic listing requirements
set forth in section 1-11.1 herein shall be
remains legible. observed for all topographic surveys.
" If recording of the survey with the King County
Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC)
inch by 24 inch mylar and will comply with all Elevations for the points occupied or back
provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be
photographic mylar of the drawing will be determined either by 1) spirit leveling with
submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal
review and acceptance per the specific
irr
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
Geodetic Control Committee third order relationship between the witness monuments and
elevation accuracy specifications, OR 2) their respective corners shall be shown or
trigonometric leveling with elevation differences described on the face of the plat or survey of
determined in at least two directions for each record, e.g., "Tacks in lead on the extension of
point and with misclosure of the circuit not to the lot side lines have been set in the curbs on
exceed 0.1 feet. the extension of said line with the curb." In all
other cases the corner shall meet the
1-11.1(10) Station—Offset Topography requirements of section 1-11.2(1)herein.
(RC) All non comer monuments, as defined in 1-
Elevations of the baseline and topographic points
11.1(5), shall meet the requirements of section
shall be determined by spirit leveling and shall 1-11.2(2)herein. If the monument falls with in a
satisfy Federal Geodetic Control Committee paved portion of a right of way or other area,the
specifications as to the turn points and shall not monument shall be set below the ground surface
exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate
1-11.1(11) As-Built Survey(RC) from the monument and flush with the pavement
All improvements required to be "as-built" (post surface,per section 1-11.2(3).
construction survey) per City of Renton Codes, In the case of right of way centerline monuments
TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency
Public Ways and Property, must be located both (PT), street intersections, center points of cul de *0
horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI,
by a Station offset survey. The "as-built" survey for the tangents of a curve fall within the paved
must be based on the same base line or control portion of the right of way, a monument can be
survey used for the construction staking survey set at the PI instead of the PC and PT of the
for the improvements being "as-built". The "as- curve.
built" survey for all subsurface improvements For all non corner monuments set while under
should occur prior to backfilling. Close contract to the City of Renton or as part of a City
cooperation between the installing contractor and of Renton approved subdivision of property, a
the"as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by
All "as-built" surveys shall satisfy the the city) identifying the monument; point of yr
requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of
shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat
made in conformance with all of section I A 1.1 monument, street intersection, etc., complete W
and 1-11.3(1)herein. with a description of the monument, a minimum
The field notes for "as-built" shall meet the of two reference points and NAD 83/91
requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be
submitted with stamped and signed "as-built" filled out and filed with the city.
drawings which includes a statement certifying
the accuracy of the "as built". 1-11.2 Materials
The drawing and electronic listing requirements
set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC)
observed for all"as-built"surveys. Comers per 1-11.1(5) shall be marked in a
permanent manner such as 1/2 inch diameter
1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or
Referencing(RC) caps, tack in lead, etc. and permanently marked
All property or lot comers, as defined in 1- or tagged with the surveyor's identification
11.1(5), established or reestablished on a plat or number. The specific nature of the marker used
can bl determined by the surveyor at the time of
other recorded survey shall be referenced by a
permanent marker at the comer point per 1-
installation.
11.2(l). In situations where such markers are
1-11.2(2) Monuments(RC)
impractical or in danger of being destroyed,e.g., Monuments per 1-11.1(5) shall meet the
the front corners of lots, a witness marker shall requirements as set forth in City of Renton
be set. In most cases, this will be the extension Standard Plans page H031 and permanentlys
of the lot line to a tack in lead in the curb. The
TS_SERVER//SYS2\MAPS\83m\controNcn.doc 1-11-5 2 May 2000
to
marked or tagged with the surveyor's
ar identification number.
1-11.2(3) Monument Case and Cover
(RC)
Materials shall meet the requirements of section
9-22 and City of Renton Standard Plans page
H031.
�r
sw
wr
Fwr
�r
3'S SERVER//SYS2VAA IS\83mXcontrol\scn-doc 1-11-5 2 May 2000
OW
C}
O
h�
O Z Gfl a.
0 . -0
a-
� o w
00 < <
� oA
50
o� ti Q
z
rw
Z
\ � o
r E
a-_ • - 3 N u ,may
Q o V G 5
� - pl V _• .. • _ u�- - o
LLJ
2 tl W
O Q Z LL 4 J
�
Z C U N '•y
„°J � V E O U ca n• an
of
[ Q a Z W Q W z
US
—
V ((� N W Z
L-, W�LL O U
V� G O=O U N us
NOO~ O �y
ca 4n
ZNOd 4.
3OC '� - • � '� G_ NWC 6I= W
OC S ccN
-i W ZUW Lai VfJ
—.� > O u>W Q
o zovI•-
ui cc LO
CC J f G o J
( V O
W d
� W QV1-d
_ C o NZ G Z f.O W
`SNOW 32
W O
W Z V)
—/ ---- O L7 Q O G LL N
E Z W x o O=
�s
W W>.W
GOOF-W H
O U u z
cc:V tN
: y' • .L t7
w W O C Z
� W 2 W^7
� � ✓�^F-►-�4 3 u N G
x+1043 f042 1038 .3
�• 2 _ f
23 tjj__. 1 - ---'-
.
, 1' +2224 N. E --- - - T-
_2 a '
= 1o4 Ur i is ' _ +z 2006+ �_..,�
- .� = 1 ��}}��,
J 6
rrli - --- i y� +2222 +1036 14971^- ."';11997{ )_ -♦ -- �Z07i``, 2064+
�`�J
2249--
T� - 1 t--- 1?� t
-� 3
10- u=�;o31; �. 22�-2=' i L o34 --a +
+-.-� -,+ 43±�t1032 }1033 +' + 2003 11999 }1998--+1 04
T4 } 002 J +} �__� ! t!�
' 2244}. / 2_27` _ +2001 20v0 206;e
i222 .� -n b,. 'U —�}j it----; / .
15' Oti224 "
2239
1 6-1 -_ i
} CC2' 6f 2765
_ — 1
2258+ -
�✓
r -
i T�s fit' 22s4�
22 i 102 + 1 ;ut! �:. 1t
+2250 2252+ 02 253+ }i ` SE 1107th P 1.
+714 -
- , 1028
225
44
4p
1
u
----- - �.
t 1844
Z
co
r a +227f
Ca 3 - \1\73
--- - --� }} 4'
jw
5
- -
- -
i i
a i
1Y
,
i
5}13,
B6-1
632 3
E6 . 10 MN RR NW 1/4 LEGEND
CITY OF RENTON 1111
® Horizontal & Vertical
SURVEY CONTROL NETWORK 2222
jw MONUMENTS & BENCHMARKS ® Horizontal 0*
TECHNICAL SERVICES 3333 Vertical Only
""� ♦ • pLANNIIdGBUII.DING/PUBLIC WORKS
02/14/00
♦°°"�° Maxment
- .
10 ® 450 9w --- Renton City Units D6
1:54W 3 T23N R5E SW 1/4
--{ + �, \,� 2} 690 26 t *268 t ' s
2Obt� ¢ , �� 86 1 ry
- -- 11� 268 ' 1
-- 062 +2045 +2057 t,0-3-8;�i'���.�— —�� ; i ,`;
20641 0 / \ + -- 2 58 2056 t
SE 104th St.
"< 26± \ 20
+206
%` +2059L---
206
--- as �
20 4+ *2 i
ot
X765 �04 t s t �
Q �6�f 204 + t ' -►-� i
:.-, .....: v b
to
04'0
✓ ate
., +044 / - +2051
s _
Z -- + 041-' t i
b+ — t • -052+ i
{
ff r t F V i
I
S
i
j 1845 ;
. _
e � 3
4" E6 . 10 T23N R5E NE v4 LEGEND
CITY OF RENTON 1111
® Horizontal & Vertical
SURVEY CONTROL NETWORK 2222
j. MONUMENTS & BENCHMARKS a Horizontal only
a TECHNICAL SERVICES s®3 vertical Orly
• • PLANNINGBUIIAING/PUBLIC WORKS
02/14/00
♦"° ° Monument
0 450 900 R D6
Renton City Latuts
g:§ 3 T23N R5E SE 1/4
�r
SECTION 3 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1844
Location: Found a 2"iron pipe filled with concrete with tack in a monument case at the
intersection of Sunset Blvd. SE.and Duvall Ave. SE.
Monument TACK IN CONC FILLED 2"IRON PIPE, IN CASE
NORTHING: 57084.790 EASTING: 400322.536 ELEVATION: 124.779
1845 NW Corner 11 T23N R5E
Location: Found a 1/2"diameter bronze plug and a punch mark on a 3"diameter
concrete post monument down 1.3'in a monument case at the constructed
intersection of SE 112th Street&148th Avenue SE.
Monument: 1/2 IN BRONZE PLUG W/PUNCH ON CONC MON, IN CASE, DN. 1.3'
!�r
NORTHING: 56744.950 EASTING: 401312.014 ELEVATION: 142.573
1891
Location: Found 2" brass disk with"X" In concrete in monument case with photo panel
marks at the intersection of Union Ave NE and NE 22nd Pl.
Monument: BRASS DISC WITH[X]IN CONC. IN MON. CASE
NORTHING: 57771.347 EASTING: 399722.661 ELEVATION: 138.406
�r
w 1894
Location: Found 6" monument case at intersection of NE Sunset Blvd. and Union Ave
NE
Monument: MON. IN CASE
AW NORTHING: 56890.539 EASTING: 399704.559 ELEVATION:
D6-3
aw
CITY ENGINEER'S OFFICE • RENTON.WASHINGTON
2oyq
MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON.WASHINGTON 98055 • 235.2631
aw
MONUMENT TIES SKETCH $ETTRENCE Ines
\ ! FIELD BOOK PACE DATE MACE BY
Jw
�2
IVE S JNS�T z3L-VD
DESCRIDED BY. . .. .. .. . . .. ... . .. . . . . . . .. . . . ---
CITY ENGINEER'S OFFICE . RENTON,WASHINGTON
j MUNICIPAL BUILDING 200 MILL AVENUE SOUTH RENTON.WASHINGTON 98055 • 235-2631
MONUMENT TIES SKETCH REFERENCE Ins
FIELD BOOK PAGE DATE MACE BY
� S
.owl 1 U
owl
Z
� 8
r1
1.
1 I
o
•IO D
DESCRIDED BY.. .. .. .. .. .. ... . .. ... . . . .. . . . --
M DESCRIPTION OF INTERSECTION MARK
!' - -----------------Corner
Date ....__ - - ----..... -- --- -... - -
Typeof new mark set --------------•-----•--- ---•----------'-•'--•-----•.................••---•.....-•-•---------- Section d .........
Type of old mark found ZfL_.g .11.✓_./�' �'__ _-_ �-- '
_ ....t�;F....... Township.s;.�-3.._...
S
Methodof locating old mark ------•-•-----------------------••-------•------••----_--•----•---•----•--•----------•---•----...-----•-------•---.----------.------ • i`
-------------------------------•-----•---------------------•------------------------------------ - - - ........................
Mannerin which reset ----------------------------------_---•---'------------------------•--------••---•--•-------....-------'----•--•-•--------..........-_•---.
Description ------------------------------------------------•-------------------.-_--_----------.•-----------.---.--------------•--------•-----•-•----------------------------
-----------------------------•--•- -- - ._.... - - _
- ... -- --•..............•----------.....---_-------------------•-------•------------------• •.. .............. ...............................
j «------------------------------------------------------------------------------------------------------------------------------•-------------•------ : -•--------------------------
-•-•--•-------------'---------._...------•---•------•-------------•----.•...------'--------•-----•---------•----•-----•------------•------...-------------••---------••--•-------------
- ------------------- ------------------.-----------•-----•--------•-----------•---------------------------•--- ------------------•----------•---------------•----•-•---•-•--
--- ----••---------•-•-------••-----------------•..........................................
- - - - - -
------•------•------------•------------------------------------------------------------------------------------_ ... -------------------•---••------------------------
----------•----------------------- --- .......................................................... -----------------•------•------•----...........-•••-_••----......_...................
DESCRIPTION OF INTERSECTION MARK rr
Date ------ //� . ....... .................•-••--_--••------••-----•-----_•__......----...--'---•--.........--•-.•••-- ......................Corner
f
d
Typeof new mark set ------------------•----- ------------•-----•-------------------------•---------------•------ Section_.......
Type of old mark found ---------------=-�-__l.:__/.._..���._..-�--------------._...--------.-.._ Township...-------•-•--
F�=/` �_--_j0 JT - /�u r z_.. _l1 __l..'?. ` 1�� ��,c c PL n�E Range------------•-------•
Method of locating old mark
i
-.-»....«-------------------------------------------------------«----------------'-----------------------------------------------------------------------------------------------
Mannerin which reset :-.-------•-------•---•-------------------------------------------------------------------_------------------------------------------------
Description -----•--------------------•----------------------------.-.---.----------.------------------.----------•---•------_-----..----•-----..-----------------------------
e --------------------------------------------------- ------------
i
..r...»«.».»..---------------------------------------------------------------------------------------------------------------------------------------------------_................
f
«.».—r...................»...._.....-»--.»»------------•_•-»-•-•--------«--»----•--_.-...._-.«»-------..-.-...-.-».-..---._...._.-.«.----------»---------•-----•--------
' --------•---•----•------------- ---------------------•------..---------_ --------------------- ---------------------------------».............................................
»...
i
TRAFFIC CONTROL
INFORMATION
CITY OF RENTON
TRANSPORTATION SYSTEMS-TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL.DATE:
i
ADDRESS: PERMIT#:
PHONE#:
CONSTRUCTION SUPERINTENDENT: MOB./CELL.#
PROJECT NAME: FAX#:
PROJECT LOCATION: N/E/S/W/OF:
I WORK TIME: APPROVED BY:
i
WORK DATE: APPROVAL DATE:
NOTES: 1. WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON
UNIFORM TRAFFIC CONTROL DEVICES(MUTCD).
2. CALL 911 (USING A LOCAL PHONE)OR 253-252-2121 (USING A CELL PHONE),FIRE AND
POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY.
3. CALL METRO TRANSIT CONTROL CENTER AT 206-684-2732 AT LEAST TWENTY-FOUR(24)
HOURS BEFORE ANY STREET OR LANE CLOSER AND 30 MINUTES BEFORE THE ACTUAL
CLOSURE.
4. THIS PLAN MUST BE SUBMITTED AT LEAST THREE(3)WORKING DAYS PRIOR TO WORK.
5. APROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6. ANY VEHICLE AND/OR EUQIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF
WAY MUST DISPLAY A COMPANY LOGO(ANY LEGALLY ACCEPTABLE SIGN SHOWING A
COMPANY NAME,ADDRESS,AND TELEPHONE NUMBER)AT A CONSPITCUOUS PLACE ON
THE VEHICLE OR EQUIPMENT.
COMMENTS:
SKETCH N
AN
00
+ter
ww
vrr I have been informed of my responsibilities for traffic control and OFFICE COPY T_
agree to comply with all traffic regulations of the City of Renton. CONTRACTOR
INSPECTOR K.KITTRICK/
SIGNATURE: DATE: POLICE FLOYD ELDRIDGE
FIRE JIM GRAY/STA.#11
I ,representing
agree to comply with all traffic regulations of the City of Renton.I shall prepare a traffic control plan and
obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the
plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify
emergency services twenty-four(24)hours before any street or lane closures. I understand any lane or
street closures not in conformance with the approved traffic control plan and/or without notification of
emergency services may result in my receiving a citation for violation of R.C.W.47.36.200 through
47.36.220, 9A.36.050 Reckless Endangerment,and other applicable State and City codes.
I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. r
47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment,and other applicable State and City
codes.
NAME:
D.O.B. SS#:
HOME ADDRESS:
WORK ADDRESS:
WORK PHONE: HOME PHONE:
COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR:
WASHINGTON STATE DRIVERS LICENSE NUMBER:
10
datacenter/pw/trafcontroUbh Am
*w
z 1 th
PRO
> �t
LO ATIO Q
� � w
z �
w Q
h l Uc c
Q >
HOQUTAM PL NE /SR-900
0' 200' STORM SYSTEM AND PAVING PROJECT
i
`
tN Scale; 1' = 200'
,r
Q Z:) < LO
0 LU 04 i
<
z
0 2!
t= U) 0
co o 0 C)
t:: c
cc)
0
+
0 0 0
0 a)
(f) tca
C2
<
LU V
rlool
< 0)
C:
o 0
_71 CC) 0
C/) 0
L.Li —
7C)
r) F— 0
>
< C) C) cn
LU < LL_ CO
<
o o 0 < o >
2 gi m
F- 0)
C/)
ry -1(5) Cc:
Foo
)
>
0
C_
P
cn
0
6 NLS
6 _71
co >-- L
x ::E cq
_71 X
x
Q)
2 � �� 0
"T CN
_2 CN C:
O C) - _.__1 0
X
L LU
L C) -) <
0 < C,
r) x 2 X co 0
0 0 LZU:
0 C:�75
rl*oo CD ry co 0
Co <
0
1 0 co "o 6)
_71 3.
< :-i ix
LIJ 0 C) LL z
LU CN 0 < 0 00
C/)
LLJ co M cy') c
co X 0
L cy) C:
i < LL
L� (1) LU cc) 0
U LU <1 x : R x ca
L,J =
r-) < bo 0
=< F�! o < >
< -,! ,0 0
0 <1 0
OD
0 LU co CN 0
LLJ Z
00 < X IH ao C
< C/,) (D LU x NT
o x 2� IzT Lij F— z
t C/) CD
0 f2f LU X C) co 0 -0
7- 7
00 C: < c
0 C/) < CC) 6 c 0
> 0 0
0 0 E5
4> <
U Y
m
VW
C4
i O P
Na o p F
QZ W ca+ a
O NO i 2 J
o and
y ¢ >g< f
IY/� a o 0 o p4pQ W Z as €
�N3
� _�� o
4W z �N � - °�<�
cow a
i n:3< i i l ♦ so
o v ci
x lit
3
OW
a I w r
z m< U �N
o 0 o x W <V1 F Ln U
W voi n N x Z .U.N O W w
W W Z� a.0
W O <>W F U 0: $€y
Il O O UW •> <w
o a.a7<Z .>. S W
¢ O N^
d 1 i O O O-ja.tn W J • C
X m zJ < CLO V) as
oo O O <N rZ <Z n
11 N r n O� 1 2<O F-^ 2^ 1}4•
vt vt Op J O O ^ ZNW
cy JWOmF (nJ Z
dill z °v ' zNJwW� Sz <3 gE
V s ° o< mo �z I-
m« um UUVI Z < mz
CL C�m� �� •J JH
(n t to a.0<"I t.7 V1 V1
y« m_5 LL �a_W20 ZY
p l O� Of
Z$<��a m° 4 w<atna za n�
¢_ mm cm 4 �a:o_tnw n �0
V) °a n°oin mm v ° OwWt7m < w
T y mUl—Z 300 ti^
N¢ jam a7 `7 I aOJYJ W SN
o<l
3 JI—
° S j ZOZ tnw
m ^W J
WO Mtn =00 w
1 za: X0< ZQ:
W ( to mz =wW JO
LLJ == 2
L.L i ° oEw= ; r U wt1
J >OVf OJ-- 2Z
YO
a. <JZ F--
J N C=7ZO W< O
O<wwz
WW II L� r NO O wfa:�< V1ln<
O O O Z .-• N M
W o�
u a
W DCDo
N z z
n °N N
" o
� W U
� x
a
c� N O
Wr• N O
� J F oU
C 4
w<
t a i zz
W oo
U
Mu
> Y Z
¢ = O u
� U 00
< 3 O Z
Oz u x O 0 S w N
_
N °¢
40 z z o ^U<
Q m ry i No = o W 2 co 00 U O U 3Q_O
o 3< = r a. N w wtn<
Q W w W O Q: 3 U U Z a:
U c r 1,� r W C O lL --0 "W
< ' 0 0 pa E o oT o w 2W S20
Z Ij
Z 2 < W^
uJ Y w O O < Q: >� >Vd
LL cr
LL. < r >w > N
O
w
co m ; 0° a o Z LLJ -j o U O U —V) <U
Z U v0—
N W O WZ WZS
LLJ J cZ7 U O f OS O�m
_ _
i u Y Y i N N N I— a-3 a.<w
yl W o < a
0 TNT
m J E �- o °-O
d z? o
v v 0 o c ° O bE o'E s o y
Lv v]v v 3
C m m m E d O
PL v-- N L
o P- C. 0 C--- ] m N!
O OQ _ E u d O
N t d d E O D 1- U p♦ O �� ��
O
't yt Y O m P P O L E- t}OVe O O L�a 0 P C 3 N O t}-�L 0 L}O c -'d L m U L>m J�---`4d nU s t>f-,Q tt-D Oo:L-F 7 7-,•D-m m m• r L VV J n
r 0 W�lm i
Nr x 7
p m 0
O
C m
O D J m f0 O L(�aL-
•.
p- C -mOC- 00 a O E
C V }wL f 4
V. WT U m O
O EC 4m-nC 0
L w o
DD7°rom rP P N nm
O V O C
m J0 r
p Q m~O m 7 LO o w 00 v.
l LL m ON K
L. >w E mi0C -u m
L. m 3 n U 3=E C O v 4
D O} L -00 PO C0 m d -
d m - +- O> C m L C -
L d r L o. O O. O m O
p- ml Y m-] 3 C U C
O 3 - O t n O
L x L t 0 0 N f OI N m _ r
OFn Cm mo CO O 3
t O m L O N L C >L - v
P L O v `r00 m DO L
-0^ m CUm L
}m} m JTd c- >.0 LL
0 C m U m a 00 0 m 0
O d]d C E Et--- Om L 3 ii
O L P m O vi C m L
4-d- d1-L-d F a
E W O
W O /
p }
O} /
o
O 6 r
{
r /J�
o y�
3 } T
}
W
m O O O
00 r N o
J
y f m o 0 0
O
b v
�c
0
-005 �00 v O
o U
O L �
S c.-
Cf e C
U C
P O
U-
o' �m
C C
- 0� m J O O
1- d C }d
c O C V O L
3 d
Z y " C 0 d D• °3 0 ,.
uo f a 'OS, =_ O C c d
a O O TO
°
3 >
... a L O
N O1dS 2 yaj o o O � � U P Q
C n
V j O O Q C m
0
L
W S N rl V 4 O O C
W o co C 3 P
U e pt O
r O.r
A
91ir � W p o
z o b3gN $ 3 F Q ZZ Q ' e
WZ
wo c pVp p IL
g Z
w ° �z c l�..p _o c o C90CV d, O aV c
z ZW o m
z o WC)
o
ZE i m ° oF� a Z
Q p V
w 0 a b< €
R
P W Z
N o z0 Lu W 1%1601" c Rya
m cr 2>. o� a d = �1►
J a N3 Ww z ��'
¢ Stl
S W S- ZOW y a F 33E8
N a I.- 2w= y M
ZW ~ N2 <OO N
O�QZ¢Q N ui U O2 a N O N o
zwu m
z O¢a '.W
�
N
/-O > w 2 Q Ga! v N < O <
N W =-j 2 •LL U t0.�L vii u�i vii
W O O 'n O W Z a O
0 L z a 000 uJ N �
N
a= r w- o~ oaN w ^- u i u
N Jo X —� aJ— U. � > _LB
W lit w NO mw> � w n �m W W
>;N O O O y p�iFi
O • • . m 0 r.r. J O m O O O y e
z N M
O V > > G
a �
+ + W F ua sy o¢
U .-�¢ z
0 o G v w LL N U
vw
H
LLJ
{..I N _
.J x x x N O
LU 3
o a�
O O=
K3Q
O
(7 o a O 3
P
.6 h c0 m QaQ N
h
nna O O m L O H O ZcrQ
3 O�
N V m y V 0 O G O • C x ~ _ r V3 aOO 6.W
U Z OO: O O O O C O♦n ¢ Wad Vf O �1-Jtl�_X v\ O N
-S
0-0 O�' O O O
= O W
O JW N w Z
D CL
EA 39 Z
O EL o
5 2¢
a a
Na
zoz v
700
W
ULnoz
m Z b O / \ O; N ozoo OX O OJ
O .I' o N J z 10 a w
Q W Nf(Y N 0 O J O U M z
S o8,2 O
wLLON
OO
u V O V 3
N. P� N
o
�xp N z2 U
NW ui rOi O K UU> >
e
¢ N
0'- f" W
zu
IL N J O 7 0 V
¢ O
O =0z O J S
a 3a wzw 0 O
3 NwQ o V
0
O 7 ¢ U
N S W Z �
~ U z �- ¢
N d'�b i�° • , LL O m
O
=
w- a
00 Or '\�' mCL v o < >w o
wo t7 S 000 N WV N
CL
3 o U �V �a LU
C.7
Z O Q z UN -
CD
O f
C.D a Z O �-w N
¢ ¢ \\y O Y Q 3 J N w a-- W om
N O O W
cr3a 0
� a o °
Air c
•rr
too
SITE PHOTOS
40
bw
wr
Hoquiam PI NE Storm Project
AL
ui
dw
s
wir L
ow
Ow
go
3
r F
k�
Ow
firr
f1w
tr
STANDARD DETAILS
4w
it o
N m r(a
lu
IL m °
NSF 83��f� S H Z w R a
it @ odd yd = Z ` j � W $
G
0 0OmW w
0 3 a s
0 O m Q m Z K W G O O O G
3
°m S =
p W N N
m IS E m m =W
w= O N r N
3 C
Le
cm
o cs a a SOW7 5 a:
mmm O
: .2 W W��
O p mC >O W3 y �Om © iQQQiQ^
E m a&c =- Z oJU u m Sy s E
L° c m€'m a d!'o
0 m Wm Wv p>j�� �xN
m E a v m E m� Z U- ?, cc
m O m O O O'C f0 00 S a W
o a
E,-Min
LL �p �CC Y
F Z F� LLU yN$a; H WZW S U i;-
= r N vi Q c QY O 6 O 0 N O y w
W
J }} w
m d ^
m 0
N
a a O
to m
= a
0 Ya
=Z WS W N N
4 < mm S q }�
TO 6
(Qj Q N N 0 G m Q O y a m O N N
lkw
W
zz
aF
C 00 3
° F
O
W'r NW
m
00 W2
ZOZU �W
QQ
S
p W
? <° H
Zw s'r O a =
ay ° Tj
Z g O O
1°- 2 U 0 �~ � Z m Ir
00 2 CO g f C � O
777 777
v
y W
a------ --------- a
�� � mF � � =• Wa
W
O 0 O Sl .':'. W Q :.•. 1 6.
=
F..
LC U) r..� h
V.° d �•"
O l'dll) �. .
0. ZL r
°
XVW Jl S' 16 W
0 W
p 6U of
m5 LLo
wa �O
� 7CVW.BZ
Qyl m0
a
..:� WNU ww
- >a
ow �F O
W
F J
OLL
o
E a
L E d
z Ca+ N O L LAJ O
° dX o .
E rl
c } ¢ W e o 0M
c w o E c °
v
a
rr L o° — anN +N rn
L 7 4) C
m
Z N •i A O 4 A
a
C4 cn
0
'- c m I-+- (U Lrn+ L 5d
O +—Y N }
;00+_L 'O
°QL'w c d 4- L
-��+ - O N
(n CL
ul
X •-3-
a- - 410
;°y—; + �
C 0-- d � � R aw +V Oc L c +
7 m C oz— 4- O p.
o° ° °
U 4) L ocma o m c a
L
o
41 Y 0.4)s O 47 N U + vi— O
7 C L T N A N O + y.0 E i
N^ 4. O a+O U (DO
4-N +(D >
_ 4
—� 4- £ Od 7 'o CO 0m
L U O c E a — E t[1 O} Ot L '
E— p
m a 4- U O O+ Q+ Oa'n o c
3a aL E + E4- C E d O + co
° 00 l> N Vf ON+ y
4- O L: CL C^ L c t•- LO
N ....c r c hC(n_)c F-•- r L ti U O
w
r c
0
z ... N V Y =
a
O Y �
¢
aw a c
Q a o
CO o
+'_
O Q O + c n c
+d + + y
O N U N N r r
°.0 o Y
- N N ¢ ¢
C +O O 0 C
t- v ° C
C d N m Q! m
aw E N Lp NO L O o
°O+ U 7
L O N y N
li N L d
CL
/7
ti
y h ".t,
L P
y 2
�
M
• Q DD s -S \\ a v \ N
=a -
a `� o
0 0
MM
S L S c c L N T
ty C - 3
m m O L
a U L U
o a e U O
L O G�
U �
O t
d L O
(14 03
L m
O M
pa M a
a
j, r•1
a
wr
Na
J:
V1 4 z N en
T �Cr 3 0 � O
"W - O W: 2 °
W. W0ga pis r
°g c"
O W -j .� S�9 a
c x+ �, pp 7 n p JNS: <uh
N o U a L II i II p L1 m La-cc
+ O.U .-. N t0 Q d
axL o N N
O ONO E
L -v v N XVW ,b
m
N 0 D.E <v L W
LO N 7ND 3
X N Q
a -+ t
d -
U.0 O O L
a a a m
7- x a,, ' g
C a C O N L Q
o O.0
U-
g "
a- N C- cli
Q)O -+ N 3 N + ;Iz
I
N+ O O L O c
Q L F D L c C
C N N O N T L w
0 0 N O+O+ O E + c
.O -O O fi
N -N•t U N D
O y
L L O_
V O QO T+ N N C 8
t N N C
u N m L 0 0 O U °o
-p + C + O 0
L O •-+ O c N N - Y
N•- •- U N
+ O a+ U O
NU -0- NO O+ O
O+ L c N
L+ L•- Nt - C
L
O O t'o- C N O T °
L-
00 Q N O D
Ln a s U L O d o a E u Q
w
v
p E CL
L W O
ow o z
w NIN w
o O Z Z
v
Z N z ix m
0 Q
CD n
,�' ��•� � � �r,NlH
z o �g p
LL N LL U N W
U
L i- J a „Z/i6, to -� C7 Q o CL
m 9 U
S
Q
U
L
L
C1 l
c d
C 0
NY O N VI
L
w z L N
N
ti + + N
ES C 0
10
W')NO NLO C0
O♦: U U U OV V Q
w
N O r _ 'o w Z J
Oft t O -O
� Z N
3 "ZI o+, O+:
c - -
udt In0
_ � N p
VIT\1w � - o — - °
low co 0
r PC
c
u o
NLN L> oa
DLO
_d y CA
N
r`
w 0
m
w
9 00 w <
,O
-I U U7
Q
d 0 to
Z 0.N
CO Im -C Q m c1� C=, 00 z c
lMll \ \ \ Z 1 in Z w <v vi S N
I I N I I O N U O x
co n x m
U z
Lli d + w
z F- + 0
� Q
w V) 3
� p r
a ~
w �
D ^ Q m U U < a
Y
Z O m
cn p � (n z Of > r
d W O
OO F-- Uj Uj N Z
Q Z Y
z v d JZ d 0 O
0
\ \� f pw N
r') -r W Y w
(n T
x Of i U I Q O y r
L x ZO 0 (n H
v z
x z UQ Z NCh w0 p w O
0 Z U d Z (, 0 >
No Q\ z ^O ~ m p p LJ
U _
U I ° M N z
0 Q O� 0
0 � \
ob4 cn I U Q S
o000o Z ry o� O
00 L, U) 0=0-0 J Q CY>
O 00 n
W
d
L1J O Z r-
to 0 U 0t-0� op
m Z O O0. Q
O ^ ..0 ' )OZ3
U I ter
a M =o
o po �" w
6
r n � Z6L�
H Q —
v r z (j
Q ~ U �x a
we N
d \ z m ?z vW
a
< : 0 z)
00 m C7 1\\ N ��0o
_Z
Y o zO U a _U cn
iv Q a
U 0 z aor
Y O w3
\ J U wpow
- -�— 0 c��pr.
z w zooU-
Y J Z w
W o Q OC9QCan
� -iZ Wv
Q L L- I Y �
� Q p0OQ
>� Jw�
"f w Z
00D�
vi
N r7
Z
� r
\ 0
M (n N
„Z/l Ll m
W_ E¢- w
w
> w E� w
N N d N
W D
m C:
C7
o z ,
p p w Z n
_z z0 0 ¢ W 0.0 AQ
Z Y Y ~ �� z w w w Ca F -C 00
U U U OJ z dig ai�
w rzr, z
Y w ~ ~ d O Q m
W U Q 00 0 } W U W
mZ F- 0 �w Mw ~ �\ a x 04 �. O Q
\a cn cn \\ V cap o U �rj y� Q'
t� U m � m � m � I L� p
J U
W
Its) W
p �
� 2
J � d
0 0 om
D F-a.
0 O -
" + w Of 00
cn L J
p � Q
CL x I--
_ O JM I � � _ O
] i M ~ Xw
mJ00 \ I �-j. O �N
V) 'I (n O
W
Mr w Ll i a0 p LU
Z tD
N SEA 4. (3)1-
ct� J I y w N O
Q w aano of o
C) J N
w 0
z: m
N
low 0
O\O O T N a
I x p
a M U a a
r \ z ~ O
M LO I
v o w p C3 ui
En i = J
o m - L� oo ~ Q 0 LLJ C)
O O �r \ N O p 0
17 M — Ln
4 �� - w 0 WAN
y O N �t N C) LL �O Jam
r O ~ \ \ � L i m Oz }of
-0 n ^ N W ,H 0
y or II W JUUV)Z
r U F- W D
n w ?� zz0
4 p _j O- L,ZiU
O Q m m� a 0 Q-
OE of m
J r--� Op JOC7N J LLJ a a z 0 W 0
W_ W
dAl _ O v)o z<
L` ZWJ>L� W
cO \ &ipJQ ¢ww¢
W J a x m N N w
00N c�cn>>O
Aw z _ cv rj 4 Ur 6
'wn
O
1 1/16
+wr 4 3/4
aw
0 N 4 1/2
o0 17 3/4
u
4 1/2
w L
2 3/4
D
r
1-41 1/2
—23 3/4
1 5/8
ww► -z
trr
r
DAME BIM197
vw NOTES: OLYMPIC FOUNDRY INC.
MATERIAL; DUCTILE IRON ASTM
A536, CL 80-55-06 17 3/4 X 23 3/4" 2-WAY VANED
GRATE
APPROXIMATE WEIGHT: 75 LBS. RATING: H-20 PART NO. SM50 2VG
N
2 O
N
to m d m
F
U J Cs7
v w n
w � z �N
ow 1 E-� W W z o
W 0.o ca
W p; W O Z d
U
<W m '< ¢
z v c� :!
m (h w m I z Q m Of
V 1~- W I to U l m w
U I d A 4 ;
I c9 I J m y uj
v z
d o I = F
ly
O I U W 1J + 4 0
ow U 1 5;1 W
~ I
w JL-
No _J
w •� _ a
U a
m
err
im Z
O
LA
w
:-4
M a w
d
Ln
ui Li W
J = F..
am Z 3 0
N .En
W d v cr D
� Z W J
W I \F— z 1~—
N O z O W W
� - _ � _ F- •1 m m
O N M O
V NN N W
-' > O
Ln
N W x i X X W Ow N W 0 - - -
V) 0C O d HMZ
M JOIn�
\_ \_ m_ Q0
0 N U 0
co
Y v d 6
O O d 0 3
J m Q ui
3p �
cn (if
. ddVO
LU
wzuj
On W z Z V)N
J OZ 0 0 tut
aa� r
Z�
_ Z<(n z
Q0 00 d=U O LLJ
0
V)
D X O Y J O Cl.
aQd �
d \ d022 Fr
�u
Vo
J .1
N Q~M Q N
W X J U)LL
J v 4 d
\ W d0d'WK
~O O la.(n L�
Z N
/ \
w �
§ d
YAW z CL
/ z
L . \
e
\ � ' � -1\
g < b dm a �
aB «§
0
LJ � k[ /( r
to
\ < \ /
/ \ # � � %
as z u } z
\ E q d
LLJ
j
ow z
/ ?
)
so
0 h co
z ,
low
/ \
6w oe
\ {
z 4 °
\
z � ,
� . .
/ z e
LLJ !
< M.
/ < i
\ § §
am
Li
, a i
\< / /\j
� 3= o
\7
Of
/ em
<cn k`Li
ji z
f1w Ui <u = \/
<w»y
2 #@
am
aw
to
or
N
¢ C
\
11rr ¢ W we:
-Z O
m I.- F-W
J m W W F-- QLU R W
.4 m ze
�- cr U U F-
V ., Z w
ww
xw
1 a
LAM
No Q U N U mm
�O
LLIM
�- m
b OW o JU V� a 71 z O
x W
v _
O
W
J m o
mm ¢
,[ h-U W a r <
Z Jm L o
OW b mfr °
mY >-
aV oo > m
• L
ZW o a n
sow \ DU � Z �W o+ W
W Z O1-- z r o �-•�ft
LEI, _ W m QU ¢.- \ I mrr
W \ \� W= D- t
Z LLI Z ev iD U O •
C? W v 1 \ tW-C�
I � `^ `o
u N U J W w:r
m 1 it o o
t b Z mm
> >W O k >
� O m � •
L u Z U
P
N > \ 9 j M •
.. .tit _ a
N L 0 W
L t a U
N w
m DL m m t
...Z
No >
T p
• _ HIN „BI ¢ v o W
o < = o a w
W
z Z
;H\ ' O m
+L N U m 1\D � v=
N v Z: f-v
w�
+rr1 I 119 I� D X w
c � „9 W—
o • a Um
- m
o o o yCy '•• Q m
w L E -
1W11 b -' o b
I [ n F o o W
o W o a
L cr ►Zr
o U
ilyl l o p b ¢ -,t W
O N U U } m
L
o ` \ c�
o W Z U
1 I W � A U W
U
f I
w Z cr-
No I V _ 9 u o m
W U
W
fr c c
o
d 6 n
b v
ilk 0
fr
X I�
J
U Z p, w O
-7 p
W
W JNQ. U
<F- L) a
<Nx
r VNj== mcr a can
N
- 3° �ww v z m
cr ZO< Nmz W Q E- �\cr �O z
UmW ZOU� 0 Q m C
\NZ U Z J W a A[j
NWW w<~Z f- Q O° Z°
W W W�aW < E-
X Q U fA Q1'
W W U d�Q Z
Omw V < S
~gip °�wr = `` ♦ W
Zya <UN W 0 Oy Mo Z.
p0N �d�7 p O d '�'�
UZZ um"I J U 71 S(1 0 0 V)
ado xf):L,m < cr 0 fJ ♦ 4 °
w p r >-
myp r-WWo '- ° FZ--
ow V� �i - z
N Q W
Z< t�
J=V Jw(Jj Q
-� 0 a ,,, v=i °O a
NZ< <W<O _Z v per.
N ~ °mOwo r z
w d
�W JSJ� O J
U a aW m Wm ; }
< N
m
Z
a °N m m ~ < < N J
ow � tIiW JU NMN= S Z WO a
t J<Z
Z SO Yz J~ P < a'
H OmNU QO<O < U
U W
C� FW- m-�3O WZW� N O<- v a O
O HZ?W °<<� W M W (n U a
Z �-J�m Nz�L, w UU O < H
Q J UQm� SWZp0 V W U F- L ~ O LLJ
m Qi a�f N p W'�Z J O m z
a Z d'WS 1w- WIV d< W m w W � � w
O W O��x \xT x O w a W Z Ir
V�= W W N 1- N N
LL
U O Q Q Q m
U N a Z m wI
p t- D
U m (n U z
tlir -
O
N 1—
v dIb1S ONI1Nvld \ \ U
w w
Ln <
r °
i J
z
M < d a
O w
m Z
Q Z Z Ld
a O J :2z Z> -(,j a F
w �O OZ \ Of Z
_j F- w 07) NO w <
< Q Q a J
Z
� X W O
Lo
<z Q OZ rr a
wF- F-
w Z E-
3 LO w v
M NOf W on
J Y \U < Q Q <
w w Q Q cr O
vw F- Q W (,i U
W o
x W + < w (/)
O w Z O w "—
silr ---- m
U) D O O
Z Z_ O o V J
a 0 ~ O Q Z N
w ---- w z¢ x O I
r < Z W Q Na
x � wD c v \
N d X U x \
\\
0 0 O N "t
aw
(n
ww
wr
CONSTRUCTION PLANS
Rolm
W) O�1 TRENCH BACKFILL
No MN 8" do 6" STORM
CB11 TYPE 1 RY SEWER LINES
I� c CTL. A STA 0+60.20, 0.O'RT.
N SEE SECTION B-B }j SEE DETAIL FOR SURFACE
RESTORATION REQUIREMENTS
Q
END NEW PAVING 9 zz a
� CTL A STA 0+54.02 SSMH o ° TRENCH BACKFILL MATERIAL
F• 4 NATIVE IF APPROVED BY ENGINEER,
OR IMPORT PER SECTION 9-03.19
0+00 GlJ /" (BANK RUN GRAVEL).
CONTROL LINE "B"
w'
a° d
REMOVE AND RESTORE ROCK WALL PROPOSED 8"- 6" SEWER PIPE�/%
SEE SECTION A-A 12" - 8" STORM PIPE
8" WATER PIPE (STORM)
EXIST. CB TYPE I
^ O B FOR SEWER PIPE AND STORM PIPE:
A/ '• '` r "SO PIPE ZONE MATERIAL PER SECTION
9-03.16 BEDDING MATERIAL FOR
THERMOPLASTIC PIPE.
° 4 1
I EXCAVATION OF UNSUITABLE SOIL (IF NEEDED)
1°VQ� +P a _ c DEPTH AS APPROVED BY ENGINEER.
BACKFILL WITH FOUNDATION MATERIAL
& � O 00
EASE!E (2'— 4" QUARRY SPALLS)
an o R. STORM. AND WATER PIPES
EXISTIC11 BEDDING AND BACKFILL
�o
�.
NEW GRAVE
/�ry C812 TYPE 2, 48"0 MATCH IX DETAIL EXDRM SUPPORT UNDER BARREL.
r I
CTL. A STA 0+15.21, 7.0' LT. JNOER HAUNCHES.
SEE SECTION A-A END GRAVEE ZONE MATERIAL TO 90% MINIMUM DENSITY
CTL. A STA:TLY OVER PIPE WHERE COMPACTION WILL BE
ONLY.
ANCHORED IN SUCH A MANNER AS TO ENSURE
1r MAINTAINED,
ION AND BEDDING AND BACKFILL MATERIALS
LIMIT OF TRENCH SHALL BE INCLUDED WITHIN
EXCAVATION SAFETY SYSTEMS BID ITEM.
EX CS TYPE I
RIM = EL 427.70
...........................................................
.....................
EX 12"NV( IE=424.66
'REMOVE EX 6-SW IE=425.3
NEW 8"SIN IE=425.25
vim
... .................:...........................
.............
CB#2, TYPE 11=48"0
STA b+15.21, 7.0' LT. CB#PIONS ARE APPROXIMATE. NOT ALL UTILTIES MAY BE SHOWN.
RIM EL. 435.83 STA.OINSIBLE FOR LOCATING ALL UTILITIES.
12"NW IE=430.85 RIM 1
Np...................:............................. ....
s SW 1€=425:33' i'2"SE_ 48 HOURS BEFORE YOU DIG
1-800-424-5555
IX
FENCE _
440....................
...................:..
............... ADJUSTED TO NAVD 1 .
io
SEE SECTION A-A 0 z D CITY DATUM AND IN RADJUST DESIGN ELEVATIONS AS NEEDED.
5 'C
:FOR EX UTILITIES —4-645 _�
AND DETAILS
430:--- . ... .......... ... .......:... ...................... .................
:
Y
Eo
420:..................
........
......:
13 LF 8" ® 0.55%DI[SD I Ex.
® :0.5% L STA [
RIM E
410:.._............._.....__._.......:..._.............:.........................
TURNING LINE ON CB CHECKED FOR COMPLIANCE
....................................._:...................:......._......_..:...._........................._....... TO CITY STANDARDS
0+00 0+50 RECOMMENDED
FOR APPROVAL Lys HomsbY Date3/17/0
STORM AND D WY CL. PROFILE BY Daniel Carey 3/17/05 Kchoet Stenhouse Date 3/17/0
CONTROL LINE "A" BY Date
HOQUTAM PL NE/SR-900 3/16/05
STORM SYSTEM PROJECT
STORM AND DRIVEWAY PLANS
1
>�
1 'z
+
D -3225 1
N
arr V)
PL
dEXISTING ECOLOGY BLOCK WALL
Y U) EASEMENT BNDY.
1ENT
0
SHORIN
i�
t —2% MIN.
iYl �
NEW DRIVEWAY PAVEMENT,
2- MIN. COMPACTED DEPTH, CLASS B ASPHALT,
' TYPICAL
1.5' MIN. CRUSHED SURFACING TOP COURSE OVER
I� 2.5' MIN. CRUSHED SURFACING BASE COURSE;
COMPACTED DEPTHS
REPLACE UNSUITABLE MATERIAL WITH CRUSHED ROCK BASE
I COURSE AS NEEDED.
PLAN VIEW A, NTS
-, NTS
2o' DRAINAGE EASEMENT
f
Z
r
L 436.1 w
EL 435.9 RIM EL w
RIM EL.
m 1 434.0 EL. 434.5 EL. 435.0 1.
GRAVEL ROAD:
1.5' CRUSHED SURFACING TOP COURSE, OVER 2x MIN.
2.5' CRUSHED SURFACING BASE COURSE, } EXIST GRAVEL ROAD
COMPACTED DEPTHS. REPLACE ANY UNSUITABLE BE MATCHED.
MATERIAL IN SUBGRADE WITH CRUSHED ROCK. 70 TO
MATCH EXISTING GRADE TYPICAL
NEW DRIVEWAY PAVEMENT,
2' MIN. THICKNESS, CLASS B
ASPHALT, EXIST GRAVEL ROAD
12' CPEP IN TO BE MATCHED
10 N. IE. 430.85 Tg
E 1.5' MIN. CRUSHED SURFACING
TOP COURSE OVER
2.5' MIN. CRUSHED SURFACING
BASE COURSE;
=TAIL 11010, COMPACTED DEPTHS
ECTIONAL VANED
IE. 42' REPLACE ANY UNSUITABLE MATERIAL
bR EQUIVALENT WITH CRUSHED ROCK BASE COURSE
AS NEEDED.
m NTS
CB#2 TYPE 2, 48'ID
PER C.D.R. STD. DETAILS 11027, I
WITH RING AND SOLID COVER CL
No MARKED 'DRAIN' PER IFCO 817-1
OR EQUIVALENT
ILITY LOCATIONS ARE APPROXIMATE, NOT ALL UTLLTIES MAY BE SHOWN.
I IS RESPONSIBLE FOR LOCATING ALL UTILITIES.
..1 CALL 48 HOURS BEFORE YOU DIG
SECTION A-A, NTS 1-800-424-5555
HOQUTAM PL NE/SR-900 3/16/05
STORM SYSTEM PROJECT
a STORM AND DRIVEWAY DETAILS .� 2
"' -13TT 2