Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: r-t"' -n IC. Cot cc a Co AS4-• C - CAG CJLit —C7 -7
Awarded To: CRY CO f�''}. L. {; `.�„r-. j,,,o
Se c� -}-1 e- l,J A 9 g'l 1 e t
` 3, Ui �Ic?.• co
City of Renton Bidding Requirements, Q
Forms, Contract Forms, Conditions of
the Contract,Plans and Specifications
iV
City of Renton
SW 7TH STREET DRAINAGE IMPROVEMENT
PROJECT PHASE II LIND AVE SW TO
MORRIS AVE S
PROJECT NO. SWP-27-2959
City of Renton
1055 S Grady Way
Renton, WA 98055
Surface Water Contact: Allen Quynn (425)430-7247
' `«' Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT
,i„„ PHASE II—LIND AVE SW TO MORRIS AVE S
PROJECT NO. SWP-27-2959
rw March 2004
BIDDING REQUIREMENTS
CONTRACT FORMS
"' CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
p�-® J. Sr,
.. �► o was 1(�;
4•1 cO
-9,53 •727 Q
OA. FG/STE-1;
�SS/ONAi E� \ 3/4A;,o1-
EXPIRES 10/16/0 5—
rrr
CITY OF RENTON SURFACE WATER UTILITY
1055 S Grady Way
• Renton, WA 98055
rr
— =«1 Printed on Recycled Paper
Frank Coluccio Construction Company
SW 7th Street Drainage Improvement Project Phase II
Lind Ave. to Morris Ave. S
Section 1
Names, addresses,phone numbers and emergency numbers:
RESPONSIBLE OFFICER
Joe Coluccio
9600 Martin Luther King Jr Way S
ems
Seattle WA 98118
(206) 722-5306
PROJECT COORDINATOR
Greg Hynes
9600 Martin Luther King Jr Way S
Seattle WA 98118
— (206) 793-1007 (cell)
.. JOB FOREMAN
Jim Burke
9600 Martin Luther King Jr Way S
— Seattle WA 98118
(206) 793-1191 (cell)
BONDING AGENT
Jim Binder
Brown &Brown Insurance
2101 Fourth Ave, Suite 600
Seattle WA 98124-0347
(800) 333-3931
(206) 948-3819 (cell)
w
re
Frank Coluccio Construction Company
SW 7th Street Drainage Improvement Project Phase II
um
Lind Ave. to Morris Ave. S
Section 3
Five photocopies of current State Contractors License (not Master License)
.s
sit
atio
vie
DEPARTMENT OF LABOR AND INDUSTRIES
t `' REGISTERED AS PFfOUIDED BY LAW AS
mq
Es � • � ' •
FRANK COLUCCIO CONST CO
�" , 9600 M L KING JR WAY S
SEATTLE WA 98118
F6SA�,.. � W,ro, -----------
Detach And Display Certificate
as
%o Ticw
sal
CITY OF RENTON BUSINESS LICENSE 2003
Licensee has made application for a City of
Renton business license in accordance with the
345 2/5/2003 9600 M L KING JR WY S provisions of Title V, Business Regulations
Chapter 1, Code of General Ordinances of the
City of Renton and agrees to comply with all the
requirements of said ordinance. Licensee shall
further comply with and all other City Code
Ordinances, State Laws and Regulations
applicable to the business activity licensed. Post
FRANK COLUCCIO CONSTRUCTION CO this License at place of business.
9600 M L KING JR WY S
SEATTLE WA 98118
City of Renton
Licensing Division
1055 South Grady Way
Renton,WA 98055
(425)430-6851
DP 3133 12/94
CITY OF RENTON
mis
SWP-27-2959
SW 7th Street Drainage Improvement Project Phase II—
so Lind Ave SW to Morris Ave. S
CONTRACT DOCUMENT TABLE OF CONTENTS
1
Summary of Fair Practices Policy
I Summary of Americans with Disabilities Act Policy
Scope of Work
Vicinity Map
I Instructions to Bidders
ill Call for Bids
*Combined Affidavit&Certificate Form:
Non-Collusion
' Anti-Trust Claims
iii
Minimum Wage Form
*Proposal
*Bid Bond Form
' *Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
"" ❖Contract Agreement(Contracts other than Federal-Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates(New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Ili► Certificate of Payment of Prevailing Wages
Environmental Regulations
City of Renton Supplemental Specifications
omi Special Provisions
Geotechnical Report
I City Survey Control Information
Permits(Including sample SWPP Plan)
vow
Traffic Control Information
Noise Variance
Sequence of Construction
we Standard Details and Plans
Construction Plans(see separate set of 11x17 reduced 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.
* Submit with Bid(Yellow Pages)
""'
• Submit at Notice of Award(Green Pages)
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington,98055
NM
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
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:
(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
es
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance Officers
and all employees to carry out the policies, guidelines and corrective measures set forth
,rw
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
as Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
�r. documentation
of the City, including bid calls,and shall be prominently displayed in appropriate city facilities.
MIN CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
+rr
[v(ayor Council President
IMP
Attest:
+� SILi%/ •r I
City Cler' V
ar
03_SUMRY.DOC\
err
as
CITY OF RENTON
ita NL WARY OF wrin DISABILITIES'ACT POLICY
ADOPTED BYRESOLI1770N NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
ow
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
art of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
ilr recruitment,selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements,and in accordance with the Americans With Disabilities Act and
No other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIO/IS - The City of
at Renton will cooperate fully with. all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
as
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
- access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
is of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
ea
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,
to
this 4th day of _ October 1993.
C RENTON RENTON CITY COUNCIL:
No ‘ 10 . Aci"1,0- 7(4.
Mayor ® cil President
6?1-2....)
Attest: .
City Clerk fI IF
at
tam
CITY OF RENTON
SW 7th Street Drainage Improvement Project Phase II —
Lind Ave SW to Morris Ave S
SWP-27-2959
SCOPE OF WORK
The work involved under the terms of this contract shall be full and complete installation of the facilities as
shown on the plans and as described in the construction specifications,to include but not be limited to:
• Installation of approximately 2,450 linear feet of 60-inch diameter RCP storm sewer
pipe, approximately 550 linear feet of 36-inch diameter CPEP storm sewer pipe,
'w"' approximately 120 linear feet of 24-inch concrete storm sewer pipe, 640 linear feet of
12-inch CPEP storm sewer pipe.
+rr • Install 30 Type I catch basins, 8 access rises, 17 Type II catch basins,3 storm vaults,
• Sanitary sewer relocation work, restoration of curb, gutter and sidewalk, asphalt repair,
es connect to existing storm system and dispose of unsuitable material,
• connect to existing stormwater system,
Oa
• asphalt patch, sidewalk,curb and gutter repair,
• and cleanup and restoration
The project is subject to the requirements of the King County Groundwater Discharge Permit and the
NPDES and State Waste Discharge General Permit for Stormwater Discharge Associated with Construction
Activities provided in the bid document. As part of the special conditions of these permit, the contractor
will need to pump any groundwater encountered during construction into a settling tank prior to discharge
into the sanitary sewer or storm drain system.
The installation of approximately 2,100 linear feet of 60-inch RCP storm pipe and associated drainage
structure requires nighttime construction and compliance with the noise variance requirements included in
the bid document.
The estimated project cost is$2,800,000 to $3,100,000.
A total of 135 working days will be allowed for the completion of this project
ow 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.
too
woow•
err
O Z
O p
O 1=
1 1.,_ _J nc +KV
I- U sF.
w0 0! flJF
o
Z
OW I
O
` ' "'".►• tea . . l �i•;:: . �,.1). r
„,,,,i' ti� m�;� /IHI1111 iH11r /`Ir1 r1 �1ilMlr
©.. ■ln �. ■■1{t�Uiitim Gifff,
•llirl.lrr 1111 1111111 .ir I►r'� X11 111f�11: ■fill
■iiinnlillli aililin111 1III 1 .nr11s •ilfili{i f11111t ....,,...
liiuuunnii Inlunnil �
• 1 1 4111 111111: C111fR :III. i il All
ttirlinlui�i 11111111 111I 11��1����11���1111161.1.5lUllU 1111/11/1 :1f1!��
�! 'c11111111 Wilk. -1111111111' tliiii 11111 11 !Mini Ili
.1�.r nnni� nunnl In ■11m` .�. 11�1f -+f����lllitflllllt■IIi /ltltllll
1i11.� lII11Ism 1111111 WS ■ni11111Y : :111111) iiim Ishii ----m"-� ipow.
�IIAUIIUII mu IIIY=1111111 11111111/ �� "'1!!{111 IIIH1111�� „._4 y11,1
11111111111 •■iiiiUlfli mini tittll ■III►,&i/ *® 1m q}.?.,, 9017—I la I■iirnint Eiiilinnir m1111111111 III• ,A% [.�,�I 7 1 /
unil■ .1111111111 1liniur iuti���� ■IIIr ■ttiNi■ '1!!1'11 1 1 a. it
iuullllli !11!1111--':1111_'=����•` In111■ 1111111-�r11r ■I '1:1nn• j ! f1►
111iiuII nnin111 nrluii :• 41>r111.11 111111!{u” II al" ill •iiiiiiiii ' ��1111 1�'
111111i.n 111111111 Iiinllii' � IIlitlail■ MIN= iiiiiillt IIIIn1111 11111111
�__ „t� �i anon nail 11©Ilt N� r11mmin •I r��
k .Il/rt li II1H11ti 1ltlnilnll�� '� EliblYal
���'' 111 ��ii� :III/1 111!1111 1/11111111 �� � a � �1 � �.`err.. u1a:,■il: ,mill!!!! •1nllDi cillI IliiliiilNl Gill.i� giiiii i+ 111)11 Ml ��I Ir.1 11111W A, ` ; !iinnii !. •!/ 1llillilill itrilllll E _• � l� �C
■�_ niiniil /i I ggn1i�illil Iaiiiii ■ _,.., ] "1•
'�' J■ �Iilllr L'illlh nrtlllliii r ib�` ■1tH■ 7441011 11 Iol ■11.Ir
a� lflil ur. it 111111,!■ r: �nnuu 1111111!► uituumi �- ,.111,. �i1N■1111!;�
11rr •1. r_1 n1/n Muni iiniilnl ."'�' I n.rl�ltlttlltllll i
stw
11.1• /[/ • 111fl1� ilili• lillnQtl : :�II �! IrrlE�iltpr� Ir
i i en / =l ' 1k1 � 1rr� tt =N-
o
■- pm ammo �� \\"
•, ./11111/�(� 1i �1 y� .r r
jill Ira
� Iii-.- /�� 1111 f�
411111.11! ' 1 i
��r� ■ r .,,, :or
�.� ;
i[
!nu:iv: v� .. a '
1.1.mum 1~41 �� ti-
r-or-.11.1.2 Nu ime fly •s ilk
10.aunluul un� �� ���1 '�>.a.�# ,'�� �>r> �lltl
i.r>..nr�a• .... . ar 111 IIIIIIII bi____IIIIIIIIIII:0,!, 4,‘,„
•:.,„: JI ;00 A F211$; z,..-: /�!:::� ■ ■►er r■ Ikuilltzilviu.14
1E■■tall! = /:±rte _.1=11 ? ��. ■i ill
�
..r.lr■ Ifff"� 11/r N •ir tj "'�Ij�l ,�.�r
.■:'■�1 �r�� ��.rr ��;1lhh alr�i 2 1_.....1111.1._......111111 \
a ■/ ��r1 �_a, . ! ,gyp
IIr �7 i. 1• .i '+�t�+ltd+ + 1
.... MI• Ili.. Bill ti �� 44 �
? __
~�� �■r_ ri i.1.�i.= ,#k• 'r.r.. .tea ► mom Mile soar lllr' awl' MINN ;
•1111 MAW=fir
o. ilk MAIN AIN # -.01111111111111111111111VOL "".
a ante !mss am
i rrr1.arm
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk,Renton City Hall,until the time and date specified in the Call for Bids.
ami
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2. A pre-bid meeting will be held at the date,time and place specified in the Call for Bids.
3. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify
"w`' the contract documents,whether made before or after letting the contract.
4. 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.
wr 5. 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.
6. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
7. 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.
8. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
'u"' advantageous to the City to do so.
9. 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.
urn
10. 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.
11. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
Iwo 12. Payment for this work will be made in Cash Warrants.
13. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
"' compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
15. 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.
16. 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.
17. Basis For Approval
r. 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
Er
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
18. Trench Excavation Safety Systems
wr As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
,,, These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
19. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
sop CONTRACTOR and any laborers,workmen,mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The applicable prevailing wages for work on this project shall be those that are in effect on
r`r the date when bids by prime contractors are due for submission to the City. If contracts are not
awarded within six months of the date bids are due, the applicable prevailing rates shall be those in
effect on the date the contract was awarded. The wage rates shall be included as part of any
4110 subcontracts the Contractor may enter into for work on this project.
20. Employment of Resident Employees
+rr
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
air
21. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
dill 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
+w. Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
w 22. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly,paragraph by paragraph,or not.
1. WSDOT/APWA "1996 Standard Specifications for Road,Bridge and Municipal Construction"
and"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
*r' 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
.r detected and the measurement and payment provisions of Section 1-09.14,Measurement
and Payment(added herein) shall govern.
23. 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.
IMP 24. Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
✓r
❑ Have you submitted,as part of your bid,all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
wr
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
■t'
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
twit
CITY OF RENTON
SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT PHASE II—LIND AVE SW
TO MORRIS AVE S
SWP-27-2959
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m., Tuesday, March 30, 2004, at the City Clerk's
office, 7th floor, and will be opened and publicly read in the 5th floor conference room,
#511, Renton City Hall, 1055 S. Grady Way, Renton, WA 98055.
The work to be performed within 135 working days from the date of commencement under
this contract shall include, but not be limited to:
Install approximately 2,450 linear feet of 60-inch diameter RCP storm sewer pipe, approximately
550 linear feet of 36-inch CPEP storm sewer pipe, approximately 120 linear feet of 24-inch
concrete storm sewer pipe, 30 Type I catch basins, 8 access risers, 17 Type II catch basins, 3 storm
vaults, sanitary sewer relocation work, restoration of curb, gutter and sidewalk, asphalt repair,
connect to existing stormwater system and dispose of unsuitable material.
The Contractor will need to comply with the requirements of the King County
groundwater discharge permit and the NPDES and State Waste Discharge General Permit
V"" for Stormwater Discharge Associated with Construction Activities provided in the bid
document if groundwater disposal is required during construction. The installation of
approximately 2,100 linear feet of 60-inch RCP storm pipe and associated drainage
structure requires nighttime construction and compliance with the noise variance
requirements included in the bid document.
No bids will be accepted after the time and date shown above.
The estimated project cost is $2,800,000 to $3,100,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all
informalities.
A certified check or bid bond in the amount of five percent (5%) of the total amount of
w. each bid must accompany each bid. A 100% performance bond will be required of the
successful bidders.
A pre-bid meeting will be held in room 511, Renton City Hall, 1055 S. Grady
Way at 9:00 a.m. on Tuesday, March 23, 2004.
Approved plans, specifications, and contract forms may be obtained from the City of
Renton Planning/Building/Public Works Department at the sixth floor Customer Service
Counter in Renton City Hall, 1055 S. Grady Way, for a non-refundable fee of $32.64
($30.00 plus $2.64 sales tax) each set. If ordered by mail, add $5.00 to cover postage, also
Vhe
non-refundable.
Questions regarding the call for bids or plan holders lists should be directed to the Public
Works Customer Service Counter at City Hall, or (425) 430-7200. If a bidder has
questions regarding the project, please contact the Project Manager, Allen Quynn, at (425)
430-7247.
Bonnie I. Walton, City Clerk
Published: Daily Journal of Commerce March 9, 16, & 23, 2004
.`. 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
r. 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.
wwr 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
ow statement and certificate, know the contents thereof and the substance as set forth therein is true to my
knowledge and belief.
ar
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
SW 7th Street Drainage Improvement Project Phase II–Lind Ave SW to Morris Ave S
.. Name of Project
Frank Coluccio Construction Co.
Name of Bidder's Firm
/ / Joseph J. Coluccio - Vice President
-4 Signature of Authorized Representative of Bidder
rig
Subscribed and sworn to before me on this /4 9'' day of tif ir-Of ,
Notary Public in -id for the Sta of?ason ,
oTAR V
Notary(Print) %%,ct y' •Ar y0 -0- I
My appointment expires: ////O,/2, * 'DUB .'.I
CITY OF RENTON
•
SWP-27-2959
SW 7 th Street Drainage Improvement Project Phase II—Lind Ave SW to Morris Ave S
PROPOSAL
TO THE CITY OF RENTON
RENTON,WASHINGTON
r
j Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement, and the method by which payment will be made for said work, and hereby propose
to undertake and complete the work embraced in this improvement, or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract
and the following schedule of rates and prices:
(Note: Unit prices for all items, all extensions,and total
amount of bid should be shown. Show unit prices both
in writing and in f
Signature '
os• o uccio
Address: 9600 MLK Jr Way S., Seattle WA 98118
Names of Members of Partnership:
Wr p
F
imp
OR
Name of President of Corporation Frank Coluccio
Name of Secretary of Corporation Joseph J. Coluccio
Corporation Organized under the laws of Washington
With Main Office in State of Washington at 9600 MLK Jr Way S., Seattle, WA 98118
err "
F
. BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, o bid bo n the
amount of$ _ which amount is not less than five percent of the total bid.
Sign here
Know All Men by These Presents:
T t we, Art-1/< 1-U CZ i. `vy S"N2u c 770/t) 6/C'f�' '7! , as Principal, and_
Go //i,.Sc4/2rga,,cc.
/0r • o% / 1 /« as Surety, are held and firmly bound unto the City
of Renton, as Obligee, in the penal sum of 4( rive: Pfrzcr..; (c✓2.) o' i �/ucA- / ")
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 SW 7th Street Drainage Improvement Project Phase II—Lind Ave SW to Morris Ave S
according to the terms of the proposal or bid made by the Principal therefor, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety
or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and
+.� forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this
obligation shall be null and void; otherwise it shall be and remain in full force and effect and the
Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
SIGNED, SEALED AND DATED THIS O — DAY OF /14'?7 2 C f( , 2( .
ea`cccciz, 6,Us_ccc72w
�.
Principal . Coluccio/Vice Pres.
<' 2 e Cekt4 /171-V r �izttrr�.
urety F1/Le FS /3-
7Ta/2n)6y- e
Received return of deposit in the sum of$
■' j
5 A F E C O® POWER GENERAL INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE,WASHINGTON 98185
No. 9562
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby
appoint
*********W.J.MCCOY;PAULA M.MCCOY;JAMES B.BINDER;ANNE E.STRIEBY;GARY R.STONE;PATRICK DWAYNE DAVID;RANDALL K.BONAVENTURE;
WENDY ARCEMENT;JENNIFER J.OGLE;Seattle,Washington****************************************************************************************************
its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character
issued in the course of its business,and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 16th day of July , 2002
CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President,the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V,Section 13 of the By-Laws,and
(ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof."
I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that
the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attomey issued pursuant thereto,are true
and correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full force and effect.
IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation
this 30Yi day of ///cam ' l
.r'y+
s�. e P Cx
Nod
4,�
( sA ') ) y S SEAL
04, le21
�s of1,1 •\
CHRISTINE MEAD,SECRETARY
S-0974/SAEF 2/01 B A registered trademark of SAFECO Corporation
07/16/2002 PDF
10 th
CITY OF RENTON - SW 7 STREET DRAINAGE IMPROVEMENT PROJECT PHASE II -
I LIND AVE SW TO MORRIS AVE S
" I 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 AMOUNT
✓ NO. QUANTITY (Unit Prices to be written in words) PRICE (figure)
ei (figure)
1. 1 Mobilization, Cleanup& Demobilization
Lump Sum $Two u► I recd Stxt �N►inp * n(L k PV me, $ Io9,�1"1D,C0 $,;;V:fl Do
In ux�.rc11 Ve a 001 Oo IOt
2. 1 Construction Surveying, Staking and As-built Drawings
liLump Sum $Th i ...c`-1161 ►mil And Qo/ivo $ .3500 DD $ 35,ow.yd
611 3. 1 Traffic Control
Lump Sum $ Li&I�•t,,► ,,e. N5coci. -two hurtclrec dun $ gb, ZL �,OP $ S.iirao0,c2
°,,,,,' 4. 1 Temporary Water Pollution/Erosion Control
Lump Sum $ TiveJve 41 weirc1 emci r5o $ Ia,coa1A $ IQ,ow,c^.
1"! 5. 1 Dewatering ��n �o
Lump Sum $ Qne WUrld,ed 111ty 1htw i cA Gird % $ 13D/7,DO $ 13Cocv.PO
6. 1 Teporary By ass Pumping rte,/
Lump Sum $"-c-‘0 1►rt.,1� \'-' _I�1 c,Ase''�0Y.%t etvk X"'700 $ .X.,010,OD $ 15,00D.oD
✓ 7. 1 Trench Shoring and Excavation Safety Systems
Lump Sum $ .''FG1t.�z1-v1 `t`q-W1.Sir .1 Avv.A GuAcc $ Lia OW,& $ .D
✓ 8. 1 Locate and Protect Existing Utilities
Lump Sum $ rev\ `t1nou5Ir tcl Civ1G1 Wisot) $ to AID,O-D $ 10,DOD.OD
9. 1 Removal of Structure and Obstructio
Lump Sum $ i re.r'\'1'"4\0t,-tsctt��c:q aim O�/0-7 . $ 1.),r6.W $ (3,1)00.0E)
D
— 10. 1 Remove/Relocate Existing Signing V\v //
Lump Sum $ ` 414.L A5ctvtt l 01 Yid C91tI $ $ -boa CD
11. 70 CPEP Drain Pipe 8-inch Dia. (in I. Bedding)
4111 70
Foot $ -t �{ CY\l�1C otOO/0-0 $ JCico $ 5, -w.x
✓ 12. 180 Ductile Iron Drain Pipe 12-inch Dia. (incl. Bedding)
Linear Foot $ , v'rt 1", " (D' ' tint C fie. . $ 7.Q.OD $ Iai 1(r O,OD
✓ 13. 620 CPEP Drain Pipe 12-inch Dia. (incl. Bedding)
.. Linear Foot $ :.)X 4-c --tv'e AV\C4 OOXerr) $ ( )0,Lo $ 40,3 CD,i
r
r 14. 20 CPEP Drain Pipe 18-inch Dia. (incl. Bedding)
Linear Foot $ NdrN One 0v\.c1 OO/ta $ mil,CD $ I, `OD
die
15. 20 • CPEP Drain Pipe 24-inch Dia. (incl. Bedding) i
Linear Foot $ t/l oI\ -E.13 W- 4 vIck C $ 94 .00 $ 1,9 tpD,co 1
Iri
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II
r Construction\Contract Document\Bid Document\sch_of rices_GO_030204.DOC\
MIK COLUCCIO CONSTRUCTICN1 CC:.:.'2N
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT
NO. QUANTITY (Unit Prices to be written in words) PRICE (figure)
(figure)
16. 120 Class IV Reinforced Concrete Drain Pipe 24-inch Dia.
13 (incl. Bedding)
Linear Foot $ Olne hLu lclrect -t r'' e1 na) ipp $ l5 9',op $ la,DegD, Oa 1
ij 17. 550 CPEP Drain Pipe 36-inch Dia. (incl. Bedding
Linear Foot $ r,ne hurct ect t'1ir,,,,2, Lt iO $ 1&-1,c L $ . g'1,i-{6O,ca
•
18. 2,450 Class IV Reinforced Concrete Drain Pipe 60-inch Dia.
ri (incl. Bedding)
in
Linear Foot $ =FLut r Inurdrec.:l S,Y c v)bico st) $ 45LW $tlil-1)aoD
Et 19. 30 Catch Basin Type 1 -(incl. Foundation rock)
Each $ i vvo`I1v: vtsanr1 ltivr hue •ed Szve'►1 $ a,, `7O.CO $ 4,`3,i CD.OD
QO/OO
20. 2 Catch Basin Type 2-48-inch Dia.
Each _
'L
dj $ aie- oO.ab .$ ` lelaD.DZ
U.nol OO/too
or
21. 3 Catch Basin Type 2-54-inch Dia.
Each $'Trek= 111106ine 'd2. T iND7 V.r1dlrectTht $ "J'1 ,D'D $ �f,(oc10,C6
imi 22. 1 Catch Basin Type 2-60-inch Dia.
Each $ Y.Ns' liy)A Sccrri our 'U C)IrecQ $ .38L119 a $ 3419,00
r 5e ve."A J -ft%-e ct►pct c c/sc
23. 4 Catch Basin Type 2-72 inch Dia.
Each $ 'h..c. 53.AV '1 tAriGIre cQ,'t"w $ 5,,--136,a $ Q.I,-1cz,Do
✓ eve et oo
24. 5 Catch Basin Type 2-96-inch Dia.
ow Each $ Tgvt qA/N3 s c..l iut^hunctrer,(,-'"c i $ 10/ 00 $ 5Q,I36,OD
v-tve ci v\C oc�/tom
✓ 25. 2 Catch Basin Type 2-108-inch Dia.
Each $ 5iX1'.e 4u
v1 �a .5ct►ud, c vtv► ht.ulctrrct $ 1t.,7oD.co $ 'AL-101),pp
iii, °ma /lor;)
26. 8 Access Riser-48-inch Dia.
t Each $ t)ink Ilt)nd.rer,1 bnt9 ctrtcl° oc $ ` DLO $ 1 abb,t
gm
um 27. 1 18' L x 8'W x 8'-8" H Stormwater Utility Vault
(Complete)
Each $ T1■ttz-t avel► u)1,45cw t hu.rOrt $ 31a t $ 31,X,cX
rr GMc1 G /co
28. 1 20' L x 8'W x 9'-6" H Stormwater Utility Vault
(Complete)
r Each $ •C1nt►-cv �i tnT rc. +wo hkvtalre A $ d, .c>7 $ q,a0D,oD
f%Vv.& cx> oz.
✓ 29. 1 24' L x 8'W x 9'-6" H Stormwater Utility Vault
(Complete)
ma Each $ fo k4 iu.r rhovt54nd 5e_vet1 kitrrlrea. $41-1,-- D,t $ +-1�,"1S . aD
. . at-.ck OO/t ddo
30. 8,000 Bank Run Gravel for Trench Backfill
a s' Ton $ Ec 11' (;.'" ct ilct c /i of $ ' ',OD $ (A ot.X),tY�
✓ 31. 600 Unsuitable Foundation Excavation, incl. Haul
Am
Cubic Yard $ TV, VIr-ti r) 1 t t3 ci,,tci °DA e D $ ; b.oD $ la/ODD,CO
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II
rConstruction\Contract Document\Bid Document\sch_of_prices_GO_030204.DOC\
t MK COLUCCIO CON3i7a il',: C '
ems
r ,
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT
r NO. QUANTITY (Unit Prices to be written in words) PRICE (figure)
(figure)
32. 1,000 Gravel Backfill for Foundation Class B
rTon $ Twelve. er ti ea Act ODAOD $ ID.op $ t'a 0G'o,z3.
"" 33. 50 Controlled Density Fill
Cubic Yard $ esArr I avid 00/,go $ ID.ob $ II,COO,0
r34. 1 Sanitary Sewer Encasement—Station 9+78
Lump Sum $ Vi+re Yi h(3ti ry,1 a',lac-NV,no $ D,OW tO $ 5r01-1),DD
35. 1 Sanitary Sewer Encasement—Station 11+25
Lump Sum $ uir 1' SUS tvrt1 -F,►,c knolv,dr mc,let9,00 $ 4,6'00,ND $ -I,h ,ID
36. 1 Sanitary Sewer Relocation—Hardie Ave. S.W.
Lump Sum $"add v.c,`fin,,__ _ r Ii e, b_u_mAyed Orll $ 1-,50010 $ ra49DD,Da
37. 1 Sanitary Sewer Relocation—Shattuck Ave. S.
Lump Sum $ i..r? �I' X INA Psn i $ 5,0000) $ 5,DoD,o
r 38. 950 Cement Concrete Curb and Gutter
Linear Foot $ E\ 16 -Fern 0 v\ A►n 1. '5 n 7 $ t .as $ t'l/i op,ty)
39. 260 Cement Concrete Sidewalk
Square Yard $ Wit) . t,+CG nyvA°°An-o $ 5 ,DD $ 1,IDD,Dc)
r
"` 40. 2,000 Crushed Surfacing Top Course
Ton $ tls/1N r-1 OCt ci\ op Jr $ 6,CD $ 34 ao°ioD
r
41. 15,000 Sawcutting
Linear Foot $ Tho cm 00'/tOO $ 2.0D $ 3D boo,DD
r42. 1,100 Temporary Cold Mix Asphalt Concrete Patch
Ton $ W-1 4-J ChvLt 1 AtAt l.t 0'/iatr $ SD. $ b`OtO D,rX)
43. 3,400 Asphalt Concrete Pavement Cl. B
Ton $ i•X 1� 'Ft:v�C. CA Ad Wit OD $ (Am $ gal,t3ot).tD0
r44. 1 Restore Pavement Markings
Lump Sum $ `I"e r1 4, A ryA of r1aWlico $\p ,iD $ to,00b.OD
r45. 20 Traffic Signal Loop(Complete)
err Each $ OAP \I-Vfivnel IrVA +WO ht..tr 1recA4 VYA $ 1tao4,o0 $ agl0( .cZ
004 ero
r46. 1 Remove/Restore Existing Landscaping
Lump Sum $ j.J2v1 4r v ancd CnLi $ t0,DU0,0D $ IO,'xo.
im 47. 30 Topsoil Type C
•+• Cubic Yard $ '1-vvLV..t c '1 i vAck°i1rs© $ c2D•tX) $ lo(`
r 48. 200 Seeding. Fertilizing and Mulching
Square Yard $ t�^e CA AyNcA D)I Up $ 5.OD $ I,DOD.'OD
r
H:Wile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II
r Construction\Contract Document\Bid Document\sch_ofprices GO_030204.DOC\
FRAI‘K COUJCCIO CO Q TRUCTCN CC:: 1
r
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT
rNO. QUANTITY (Unit Prices to be written in words) PRICE (figure)
lip
(figure)
49. 1 Television Inspection
ICLump Sum $ C-t`�ht- ok.151 1 ant-joc%oc $B;Dca $. g;DOD,
50. 100 Compaction Testing
FEach $ ei.ohfi8 o\L t oAc l it5C) $ qt,CD $ cc DE5D,ED
r 51. 1 Force Account
Each $ Fifteen Thousand Dollars $ 15,000 $ 15,000
r
Subtotal: $ 2r 11 DOD,&
r 1 N 8.8%Sales Tax: $ o'ti-Ib)31 a,bb
ir , Total: $ ,)Jot-l5)30, W
au
r
irr
F
ii.
r
ire
r.
...
r
r.
F
,r.
i•
ar
r
NI
on
IIII
do
r H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement Project\Phase II
Construction\Contract Document\Bid Document\sch_of prices_GO_030204.DOC\
FRANK COLUCCIO CONSTRUCTIGN C,
a
I
i I
City of Renton
SW 7th Street Drainage Improvement Project
, k Phase II—Lind Avenue SW to Morris Avenue S
Addendum No. 1
4 March 24,2004
You are hereby notified of Addendum No. 1 of the SW 7th Street Drainage Improvement
Project Phase II—Lind Ave. SW to Morris Ave. S. bid document dated March 2004.
This addendum consists of the minutes to the Pre-bid Meeting held on March 23, 2004, in
Room 511, Renton City Hall, 1055 S. Grady Way, Renton, WA, and includes the meeting
1 agenda items followed by bidder questions and the City's response. Some agenda items
also include a brief discussion by the City to provide clarification.
1. Sign-in and Introduction
2. Pre-bid Meeting Purpose
3. Project Overview
4. Project Issues:
I
a. Traffic Control (Section 1-04.12)
i. Setup/Removal Restrictions
ii. Restoration of Roadway to Traffic
iii. Additional Signage for Bob Bridge Toyota
• 1 iv. 3 Phase Traffic Control Plan(Sample in Bid Document)
Bidder Questions:
kiA. Will there be a penalty for not having the road clear of obstructions by 6:30 AM?
ANSWER: YES. A monetary penalty has not been discussed; however, a stop
work order is possible. Depending on traffic impacts and the number/content of
any complaints received, additional action may be taken including issuance of a
citation for failure to follow the traffic control plan.
B. Will overtime rates be paid for City Inspectors? Consultant Inspectors?
ANSWER: Overtime does not apply to night work, as the City's design consultant
will provide inspection services. A City inspector will be provided for day work
and overtime will apply for work outside of the normal working hours specified in
the contract. The City will pay for any authorized overtime for day work.
C. How will traffic signage (i.e. work zone, detour, special signage, etc.)be paid?
ANSWER: Traffic signage will be paid for under the Traffic Control Plan lump
sum bid item.
1
4. Project Issues (continued):
b. Day/Night Work(Section 1-08.1(3))
i. Night Work Locations and Restrictions
Liii. Day Work Locations and Restrictions
Bidder Question:
A. Can trucks use SW 7th Street to deliver materials to the staging area during the day?
Ar Answer: YES.
c. Shoring (Section 7-08.3(1)B)
i. Geotechnical Report
Discussion: Contractors are not limited to the recommendations made in the geotechnical
L report. A shoring plan shall be submitted for review and approval prior to construction.
ii. Groundwater Levels
f I iii. Methods of Installation—Noise Variance
iv. Method Approved by Contractor Provided Licensed Engineer
d. Dewatering (Section 7-08.3(1)D)
Ii. Dewatering Report
1
Discussion: Contractors are not limited to the recommendations made in the dewatering
report. A dewatering plan shall be submitted for review and approval prior to
construction.
ii. Method Approved by Contractor Provided Licensed Engineer
iii. Discharge to Sanitary Sewer
Bidder Questions:
il A. Who pays the Sanitary Sewer Discharge Fee?
ANSWER: The City.
iv. Discharge to Storm Drain
v. Compliance with Discharge Permits
Discussion: King County Department of Natural Resources may conduct water quality
monitoring during discharge to the sanitary sewer system.
ii„ vi. Settling Tank
1 ii
vii. Settlement Monitoring
Bidder Question:
A. Will the Cone of Depression be required to be monitored?
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp
i
i
Answer: YES. The Contractor shall continually monitor the cone of depression
during all dewatering activities.
e. Staging Area
i. Potential Sites
Discussion: The City has identified three potential locations for use as a staging area.
These areas include a gravel lot located north of Wal-Mart and adjacent to SW 7th Street,
a parking lot west of Lind Avenue SW and adjacent to SW 7th Street, and a vacant lot
north of SW 7th Street adjacent to Hardie Avenue SW and just south of Fred Meyer.
1
f. Restoration
i. Phase Restoration of Landscaped Areas
ii. Permanent Asphalt Patch Requirements (Section 5-04.1)
Discussion: Restoration within the right-of-way shall not be scheduled at the end of the
g Y
project. The Contractor shall restore landscaping, pavement, etc., within the commercial
corridor within a reasonable time frame following completion of utility work in that area.
5. Permits by City(Included in Bid Document)
a. Noise Variance
b. King County Groundwater Discharge Permit
i
Bidder Question:
A. What is the maximum discharge volume and turbidity to the sanitary sewer?
Answer: 100,000 gallons per day and settleable solids concentration of 7m1/L
i
c. State Waste Discharge General Permit
6. Permits by Contractor
j � Y
a. Temporary Use Permit for Residential Areas
Discussion: An electrical p ermit may be required for a job shack.
7. Work Plan(Section 1-04.12)
a. Mobilization and Demobilization Plan
i. Sequence of Construction Sample
ii. Phasing
Bidder Questions:
, k
A. Will day work be allowed if there are no traffic impacts? Will authorization be
required?
ANSWER: YES. If requested and approved by the City Traffic Operations
NB Department, closing one traffic lane to complete lateral utility work would be
gal
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp
1 i
allowed. The Contractor should include provisions for day work in the Traffic
Control Plan submittal required under Section 1-04.12 of the Special Provisions.
Ib. Shoring Plan
c. Temporary Erosion and Sediment Control (TESC) Plan
d. Traffic Control Plan
e. Street Cleaning and Sweeping Plan
Discussion: Emphasis was made regarding keeping the roads clear of dust and sediment.
mis
f. Dewatering Plan
g. Stormwater Bypass Plan
4
iii i. Anticipated Flow Rates
Discussion: Contractors were notified that portions of the existing storm system could be
available for use as bypass piping.
I h. Noise Variance Compliant Plan
i. 110 Nights
ii. Rubber Lined Beds
I iii. Advance Notice to Residence
iv. Noise Mitigation Training
v. Onsite Acoustic Expert
Discussion: If a Contractor can demonstrate that different methods for maintaining
acceptable noise levels are available and would like to apply those methods to the project,
Ithe City would consider those alternate methods.
Bidder Questions:
OM A. Is decibel level testing sufficient for compliance with the noise variance?
ANSWER: NO. An onsite acoustic expert shall ensure that construction site
Inoise levels are consistent with the requirements of state and local law. A specific
decibel level limit has not been set for this project, as it is the intent of the noise
variance to allow the contractor to exceed allowable noise limitations for night
Iwork. Following two substantiated complaints from the same person, mitigation
for the noise complaints shall be addressed with the following steps:
I a. The Contractor shall provide noise level testing.
b. The City shall determine if the noise complaints can be I
substantiated based on review of the noise level testing and
associated construction activities.
Ic. The Contractor shall impose additional noise mitigation measures
as determined by the City.
d. A substantiated complaint is defined as a complaint that can be
Iverified using acoustic testing equipment positioned at the location
of the receiver to determine if the noise exceeds acceptable levels.
I
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp
, k
4
B. What qualifications, if any, are required of an"onsite acoustic expert"?
ANSWER: NO. The expert is not required to have any particular certification,
but shall be familiar with state and local noise regulations and be able to instruct
construction crew personnel on appropriate noise mitigation measures.
Discussion: Motel accommodation is a potential mitigation measure required for in the
noise variance provided in the Bid Document. The City will pay the cost of a motel room
for any resident that satisfies the complaint requirement provided the Contractor complies
with the minimum requirements of the noise variance and any additional mitigations
3 measures that are reasonable. However, if the contractor fails to comply with the noise
variance or employ additional mitigation measures and noise complaints continue to
persist, the contractor will be responsible for providing motel accommodations to any
resident complaining of excessive noise. The 24-hour complaint number, as outlined in
the noise variance, shall not function as a voice mail system.
i. Night Work Construction Plan -
j. Protection of Existing Utilities Plan
I
Discussion: Contractors need to bid the project as if all water mains shall be protected
and shall coordinate with the City during construction when working in the vicinity of
water mains for the protection of the water mains. The Fire Marshall has not been
contacted regarding the temporarily taking any water mains out of service. The
Contractor shall include a method for support of water mains in the Protection of Existing
Utilities Plan required in Section 1-06.7(5) of the Special Provisions.
Bidder Questions:
A. Who digs for water service line replacements?
g p
ANSWER: The Contractor shall provide the City with 2 weeks notice prior to
IiI reaching water service lines that require replacement as outlined in the Bid
Document. The City maintenance department will be responsible for all work
associated with replacement of water service lines that are either in conflict with
the proposed storm line or are galvanized pipe.
B. Are there any transite/AC water lines in the project site?
ANSWER: None known/identified; however,the Contractor shall be aware that
transite/AC water lines may exist.
k. Stormwater Pollution Prevention Plan(SWPPP)
1 i. Shall meet the requirements of DOE Stormwater Permit
ii. Sample provided in Bid Document
, k
1. Spill Prevention, Control, and Countermeasures Plan(SPCCP)
8. Schedule
a. Issuance of Potential Addendums
b. Bid Date—March 30
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\1600 Construction\1601 Construction Bid Information\PreBidAddendum.doc\AQtp
34 1
1
MAR-26-2004 08:14 CITY OF RENTON PBPW 425 430 7241 P.07/07
c. Estimated Award Date—April 5
d. Estimated Notice to Proceed—Early May
e. 135 Working Days Contract Time
9. Questions
Bidder Question,Miscellaneous:
A. Has PSE been contacted regarding relocation of gas lines?
ANSWER: YES. PSE has received a set of the construction plans. The City will
contact PSE to assess scheduling of gas line relocation. Gas line relocation shall
occur at night within the night-work portion of the project.
B. Will pollution liability coverage be required for this project?
ANSWER:Not required.
This Addendum No. 1 forms a part of the Bid and Contract Documents and modifies the
original Bid Documents dated "March 2004", as noted above. The Bidder shall
acknowledge receipt of this Addendum in the space provided below and return this
Addendum with the Bid. Failure to comply with this requirement may render the bid
non-responsive and may cause its rejection.
Change to Bid Opening Date:
The bid opening date remains the same.
014'
Allen Quynn, .E.
Project Man ger
Received and Acknowledged:
Frank Coluccio Construction Co.
Contractor(company name)
C •441� / Joseph J. Coluccio
= "� ted name&signature)
Vice President
Title
March 2.9, 2004
Date
H:\Filc Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27.2959 SW 7th St.Drainage Improvement
Project\Phasc II Construction\1600 Consruction\1601 Construction Bid Inforrnation\PrcBidAddcndum.doc\AQtp
TOTAL 0.07
-2004 16:39 CITY OF RENTON PBPW 425 430 7241 P.02/04
City of Renton
SW 7th Street Drainage Improvement Project
Phase H--Lind Avenue SW to Morris Avenue S
Addendum No. 2
March 26, 2004
You are hereby notified of Addendum No. 2 of the SW 7th Street Drainage Improvement
Project Phase II—Lind Ave. SW to Morris Ave. S. bid document dated March 2004.
This addendum consists of the enclosed Subcontractor List for all subcontractors whose
subcontract amount exceeds 10 percent of the contract price.
This Addendum No. 2 forms a part of the Bid and Contract Documents and modifies the
original Bid Documents dated"March 2004", as noted above. The Bidder shall
acknowledge receipt of this Addendum in the space provided below and return this
Addendum with the Bid. Failure to comply with this requirement may render the bid
non-responsive and may cause its rejection.
Change to Bid Opening Date:
The bid opening date re ains the same.
//
iy
Allen Quynn,P.E.
Project Manage
Received and Acknowledged:
•
Frank Coluccio Construction Co.
Contractor(company name)
�' / Joseph J. Coluccio
B. nted name&signature)
Vice President
Title
March 29th, 2004
Date
H:\File Sys\SWP-Surface Water Projects■SWP-27-Surface Waster Projects(CIP)\27 2959 SW 7th St.Drainage Improvement
Projcct■Phasc II Construction\1600 Construction\1601 Construction Bid(nformation\Pret3idAddendum2.doc\AQtp
_0-2004 1b:3 CITY OF RENTON PBPW 425 430 7241 P.03/04
SUBCONTRACTOR LIST
SWP-27-2959
SW 7th Street Drainage Improvement Project Phase II - Lind Ave. S.W. to Morris Ave. S.
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder
submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as
described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW
[this also includes the control system integrator subcontractor as well as other electrical
subcontractor(s))_
If the subcontractors names are not submitted with; the bid, or within one (1) hour after the published
bid submittal time OR if two or more subcontractors are named to perform the same work the bid shall
be considered nonresponsive and, therefore, void.
Complete the following:
If awarded the contract, Frank Coluccio Construction Co. will contract with the
(Name of Bidder's Company)
following subcontractors for the performance of heating, ventilation and air conditioning,
plumbing, and electrical (including automatic controls) work:
Bid Item(s) No. 45 Traffic Signal Loop
Subcontractor Name US Electric
Address P.O. Box 2 Airwa Hei hts
Phone No. 509-370-2236 State Contractor's License No UNITEDSE9848H
Bid Item(s) Heatin entilation, Air Conditionin Plumb in -(If Applicable)
Subcontractor Name Frank Coluccio Construction Co.
Address - 9600 MLK Jr Way S. ,-Seattle WA 98118 _
Phone No. 206-722-5306 State Contractor's License No FRANKCC340L7
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No �.
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Page 1 of 2
•
26-2004 16:39 CITY OF RENTON PBPW 425 430 7241 P.04/04
rr
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item(s)
Subcontractor Name
Address
<.. Phone No. State Contractor's License No
iA� - / Joseph J. Coluccio/VP
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me on this 29 day of March , 2002.4
00,011,1t 4140
• •
‘s 1 asue
_i�
or
Notary biic in 41 fehhe State Nn,
of Washington
r.
Notary (Print) /nom Y ('- hf:#,X() /,<
Residing at I/#67/ F "��a•
My appointmen expires: ////0/0'f4/u,YA9N��`��
Page 2 of 2
air
TOTAL P.04
60a4 AlO, (c. of 3i '3 0
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned ?2 ALNMC t-C)(...Lt CC ro 64 S 0ttc RCA) e�/1.1[01-4441 7t
.. as principal, and e-co 1itAmetkuCE 6./Ml or diareaw corporation organized and existing under the
laws of the State of L h Srli/u 670A.) 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
$ ,3Of{-6 2 I� -. for the payment of which sum on demand we bind ourselves and our
successors,heirs,administrators or person representatives, as the case may be. Yoc., fiat r•a'x
4 -reface Ail/“.../0 /Z Ty t lie inte m � ( x/32 r73 71-U(1-Le
This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City
of Renton.
Dated at 5e/17-71. ,Washington,this el/17 day of /73//6/ ,20/1
Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-p'{_0a.1 providing for
construction of:
SW 7th Street Drainage Improvement Project Phase II—Lind Ave. SW to Morris Ave. S.
(project name)
+■• 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;
yaw
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
Imov contract, and shall pay all laborers, mechanics, subcontractors and material, men, 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.
f'211,21'4 64...uCC i c, 511Zk c i76N CA/1104,4n/ ' `ma, /Va/MUCE GG/Llro/5n, v.-71-4472i«
Principal Sure
VIII
6 „411,LS7
n a •ignature '//4 .S '. /ti O(-1 __
ozive -
Title Title
Approved by Larry Wanen 2/14/92
r
•r
r
S A F E C O® POWER GENERAL INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE,WASHINGTON 98185
No. 9562
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby
appoint
*********W.J,MCCOY;PAULA M.MCCOY;JAMES B.BINDER;ANNE E.STRIEBY;GARY R.STONE;PATRICK DWAYNE DAVID;RANDALL K.BONAVENTURE;
WENDY ARCEMENT;JENNIFER J.OGLE;Seattle,Washington**********************************************■*****************************************************
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character
issued in the course of its business,and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 16th day of July , 2002
/Al
CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President,the Secretary,and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business...On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V,Section 13 of the By-Laws,and
(ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof."
I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that
the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true
and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation
this 11 day of /Vo, (
Y -t CORPORATE ";
)0) y SEAL
'1953°�«. s 9 ts23 8`
�' lF wt IVAStr�'/
4'.401 W8.5% CHRISTINE MEAD,SECRETARY
S-0974/SAEF 2/01 ®A registered trademark of SAFECO Corporation
07/16/2002 PDF
���y � CITY OF RENTON
.21R FAIR PRACTICES POLICY
''‘ o�
AFFIDAVIT OF COMPLIANCE
Frank Coluccio Construction Company hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
I. It is the policy of Frank Coluccio Construction Company to offer equal
"r" (Name of contractor/subcontractor/consultant)
opportunity to all qualified employees and applicants for employment without regard to
the race, creed,color, sex,national origin, age,disability or veteran status.
II. Frank Coluccio Construction Company complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
,r.
II. When applicable, Frank Coluccio Construction Company will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
um
Joseph J. Coluccio
Print Agent/Representative's Name
up
Vice President, EEO Officer
Print Agent/Representative's Title
1449'
• lit epresentative's Signature
Date Signed
M..
Q:\DATA Center\Forms\City\Contracts\BidSpecs\14_FAIR.DOC\
IMO
MO RESOLUTION OF THE BOARD OF DIRECTORS
OF
FRANK COLUCCIO CONSTRUCTION COMPANY
I, Joseph J. Coluccio, do hereby certify that I am the Secretary of FRANK COLUCCIO
CONSTRUCTION COMPANY, a Washington corporation,and that a meeting of the Board of
Directors, duly held in accordance with the Articles of Incorporation and By-Laws of said
Corporation, at which meeting a quorum was present and acting throughout,the following
resolution was unanimously adopted by the Corporation,to-wit:
RESOLVED,that the following individuals are each hereby authorized and only they are
authorized to make, execute and deliver on behalf of this corporation any and all documents,
IMO papers, contracts and instruments that they consider necessary and appropriate in connection with
the affairs of this corporation, including but not limited to the signing of contracts, bonds, checks
or other assurances, with the exception of those certain actions needing approval by the
Corporation's Board of Directors:
Frank Coluccio—the President
Joseph J. Coluccio—Vice-President, Secretary
Frank V. Coluccio—Vice-President
Nicola Coluccio—Vice-President, Assistant Secretary
Approved by a vote of the Board of Directors at a Meeting on the 10th day of July 2003.
I further certify that said resolution has not in any way been amended or revoked.
mmo
Attested by Secretary:
WOW.-
MEM
STATE OF WASHINGTON )
COUNTY OF KING
P.1111 day of N/ , 2003,before me appeared - 4
n this '�
�G irc,`� to me known, e d by me being duly sworn, did say that he if
e'e of the FRANK COLUCCIO CONSTRUCTION
COMPANY, and that he seal affixed to the foregoing instrument is the corporate seal of said
corporation and that of its Board of Directors, and the said
"` acknowledged said instruction to be the free act and deed of said corporation.
as ..0\sstON
o x` SEAL
NpTARV Nota►/ 'ublic in and for the State of
_ '-- W. gton, residing in f f/ c
pU81.‘C' Q,�:�_` My commission expires �// G
. tptti. 'C� �.
WIN CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this 02 rill day of 200 . by and
between THE CITY OF RENTON, Washington, a municipal corporatio of the State of Washington,
hereinafter referred to as "CITY" and Frank Coluccio Construction Co.,hereinafter referred to
as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 135 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-27-2959 for improvement by construction and installation of:
SW 7th Street Drainage Improvement Project Phase II—Lind Ave S to Morris Ave S
IRO 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
tie
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.
vim
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said
"' Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
•• a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
n.. d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
NNW
.11.
.,, 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors,
or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of
his subcontractors should violate any of the provisions of this Contract, the City may then serve
written notice upon him and his surety of its intention to terminate the Contract, and unless
within ten (10) days after the serving of such notice, such violation or non-compliance of any
provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate
in every respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to take over
and perform the Contract, provided, however, that if the surety within fifteen(15) days after the
.• serving upon it of such notice of termination does not perform the Contract or does not
commence performance thereof within thirty(30) days from the date of serving such notice, the
City itself may take over the work under the Contract and prosecute the same to completion by
Contract or by any other method it may deem advisable, for the account and at the expense of
the Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event,the City, if it so elects, may,without liability for so
doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances, equipment, plants and other properties belonging to the Contractor as may be on site
of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
IMO
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
WINO otherwise specifically provided for in this Contract.
In the event the City shall,without fault on its part,be made a party to any litigation commenced
+• by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall
pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection
with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable
attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,
provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the
City, from claims, demands or suits based solely upon the conduct of the City, its officers or
employees and provided further that if claims or suits are caused by or result from the
.111 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.
Ole
,,. 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
VIM 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
135 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.
ww
MOP
r
r11
rrn
ION
,.. 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
ims 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 $3,045,312.00
numbers
Three million, forty-five thousand, three hundred twelve dollars/no cents
written words
111.
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
� lek 4•Cake ,
•,, Pr-:' 'artner/Owner Mayor
ATTEST
Secretary Mc fo't,sfD Wf City Clerk
r.. dba Frank Coluccio Construction Company
Firm Name
check one
,,, ❑ Individual ❑ Partnership E;Corporation Incorporated in tvrlsN/N(j-76A11 /9S7o
im
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President
MO and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy
of the by-laws shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as)and firm or trade name; any one partner may sign the contract.
»rw If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed
by d/b/a and name of the company.
.1.
up
,.II ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATEE(MM/D4D/YY)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
PARKER,SMITH&FEEK,INC. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
2233 112th Avenue N.E. CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
ow Bellevue,Washington 98004 AFFORDED BY THE POLICIES BELOW.
Phone: 425-709-3600 Fax:425-709-7460 INSURERS AFFORDING COVERAGE
INSURED INSURER A: ZURICH AMERICAN INSURANCE COMPANY
o w
FRANK COLUCCIO CONSTRUCTION COMPANY REC INSURER B ZURICH AMERICAN INSURANCE COMPANY
9600 Martin Luther King Way South r sa RER C: WESTCHESTER SURPLUS LINES INSURANCE COMPANY
Seattle,Washington 98118-5693 APR a
((yy INSURER ZURICH AMERICAN INSURANCE COMPANY
VIII UU' D:INSURER E:
COVERAGES ,erry
p CAP RE -r
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEt�fSJCY7T ti!f URED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
iii- ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OT i,OCUMENT 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE(MM/DDNY) DATE(MM/DDNYJ
OS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(My one fire) $ 100,000 ,
CLAIMS MADE X OCCUR MED EXP(My one person) $ 10,000
A GL0369651901 07/01/2003 07/01/2004 PERSONAL&ADV INJURY $ 1,000,000
WI GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
—1 POLICY X JECOT- LOC -
- AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
X ANY AUTO (Ea accident) $ 1, 00,000
ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Per person)
r B BAP369652001 07/01/2003 07/01/2004 —
X HIRED AUTOS BODILY INJURY $
X NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
(Per accident)
MN
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
MO EXCESS LIABILITY EACH OCCURRENCE $ 1,000,000
X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000
C CUC769433 07/01/2003 07/01/2004 $
DEDUCTIBLE $
rYnl X RETENTION $ 10,000
WC STATU- OTH-
EMPLOYERS'LIABILITY TORY LIMITS X ER
D GL0369651901 07/01/2003 07/01/2004 E.L.EACH ACCIDENT $ 1,000,000
as WASHINGTON STOP GAP E.L.DISEASE-EACH EMPLOYEE $ 1,000,000
E.L.DISEASE-POLICY LIMIT $ 1,000,000
OTHER $
$
Not $
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
SW 7th Street Drainage Improvement Project Phase II,Lind Ave.S.to Morris Ave.S. The City of Renton,its officers,officials,agents,
ow employees and volunteers are included as Additional insured and coverage is primary and non-contributory per Endorsement UGL-1081-A
CW,Edition Date 12/01 attached.Waiver of Subrogation applies to General Liability per Endorsement CG2404,Edition Date 10/93 attached.
Severability of Interest clause applies.
ow
CERTIFICATE HOLDER X ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION *10 days for non-payment of premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL
iNDF.AVCA-TO MAIL 45* DAYS WRITTEN NOTICE TO THE CERTIFICATE
CITY OF RENTON HOLDER NAMED TO THE LEFT,- • •- ,, • '
1055 South Grady Way
Re��ntt/onn,��W 98055 �,�'�,,, {{��J _
C�iC�eA'n 0biA ^ - O'jD REPRESENTATIVE /
ow U .44
�I
ACORD 25-S(7/97) ©ACORD CORPORATION 1988
FRANCOLU\CERT03(M2) CERT#100
illy
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may i
require an endorsement. A statement on this certificate does not confer rights to the certificate holder in
lieu of such endorsement(s).
DISCLAIMER
a
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the
issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively
or negatively amend,extend or alter the coverage afforded by the policies listed thereon.
lily
i
Additional Insured-Owners, Lessees or
Contractors (Primary Insurance) ZURICH
'O Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Add'I.Prem Return Prem.
GL0369651901 07/01/2003 07/01/2004 07/01/2003 73791000 $N/A $N/A
IMO
This endorsement modifies the insurance provided under the following:
Commercial General Liability Coverage Form
SCHEDULE
Name of Person or Organization:
wr
The City of Renton,its officers,officials,agents,employees and volunteers
(If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to
this endorsement.)
SECTION II—WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule,but
or only with respect to liability arising out of your ongoing operations performed for that insured.
ea The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance
available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other than you
for the same operation and job location. Then we will share with that other insurance by the method described in paragraph 4.c.of
SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS.
wr
all
INS
wr
..r
U-GL-1081-A CW(12/01)
Page 1 of 1
■r
FRANCOLU\CERT03(E3) CERT#100
w
•• *o rr►
POLICY NUMBER: GL0369651901 COMMERCIAL GENERAL LIABILITY
CG 24 04 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
As required by written contract
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement.)
err
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section IV-COMMERCIAL GENERAL
LIABILITY CONDITIONS) is amended by the addition of the following:
ss
We waive any right of recovery we may have against the person or organization shown in the Schedule above because of
payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that
person or organization and included in the"products-completed operations hazard".This waiver applies only to the person or
organization shown in the Schedule above.
+rr
NAMED INSURED: FRANK COLUCCIO CONSTRUCTION COMPANY
Oa
ais
or
a
CG 24 04 10 93 Copyright, Insurance Services Office, Inc. 1992
, . ..
City of Renton
#;
+ Human Resources & Risk Management Department
_.' Insurance Information Form
FOR:
PROJECT NUMBER: STAFF CONTACT;
Certificate of Insurance indicates the coverages/limits specified in )4.Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? , Yes El No
The Commercial General Liability policy form is an ISO 1993 RI Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified) •
CG 0043 Amendatory Endorsement provided?* ❑ Yes n No Forni I t GL-I 0(00 A c vJ
General Aggregate provided on a"per project basis(CG2503)?* Yes ❑ No
Additional Insured wording provided?* j Yes ❑ No
Coverage on a primary basis and non-contributing basis?* gt Yes ❑ No
Waiver of Subrogation Clause applies?* ►:4 Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? Z4 Yes 0 No
Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No
*To be shown on certificate of insurance*
AM BE A A �/ST'S/RATING FOR CARRIER
GI., �c v Auto A X V Umb /4 ) Professional
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.
?aikC►-, SrY")1-11x1 a-E-C_Q,k 1 _L c.. SI�o-el"0tel S .s
Agency/Broker (Completed By(Type or Print Name)
(Completed
223 l t 24" ✓� • N 1;, 3eUe v u�,W ar
Address Cia'Cal Completed By(Siy ature)
C an,-ion �J e s.�✓S ( ) 7cY- . 652._-
- Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
RECEIVED
APR 0 5 Zuu4
FCCC
GENERAL LIABILITY DECLARATIONS
Insurance for this coverage part provided by:
ZURICH AMERICAN INSURANCE COMPANY OCCURRENCE COVERAGE
is
Policy Number GLO 3696519-01
This policy provides only the coverage for which a Limit of Insurance is shown on these Declarations, and for which
a Coverage Form is made a part of this policy, except as specifically excluded.
IGeneral Liability Premium Audit Period: NOT APPLICABLE I
Limits of Insurance
"i" General Aggregate Limit (Other than Products - Completed Operations) $ 2 , 000,000
Products-Completed Operations Aggregate Limit $ 2 ,000,000
11111 Personal and Advertising Injury Limit $ 1,000,000
Each Occurrence Limit $ 1 , 000, 000
la
Fire Damage Limit Any One Fire $ 300, 000
Medical Expense Limit Any One Person $ 10,000
dill
as
U-GL-D-140-B CW(01/93)
AGENT COPY PAGE 1 OF 1
'm ZURICH-AMERICAN INSURANCE GROUP COMMERCIAL
AUTO INSURANCE
COMMERCIAL INSURANCE
or BUSINESS AUTO COVERAGE PART DECLARATIONS
Insurance for this coverage part provided by: Policy Number: BAP 3696520-01
ZURICH AMERICAN INSURANCE COMPANY Renewal of Number: BAP 3696520-00
ITEM ONE
Named Insured and Mailing Address Producer and Mailing Address
SEE COMMON POLICY DECLARATIONS
Policy Period: From 0 7-01-03 to 0 7-01-04 At 12:01 A.M.Standard Time at your mailing address shown above.
IN RETURN FOR THE PAYMENT OF THE PREMIUM,AND SUBJECT TO ALL THE TERMS OF THIS POLICY,WE AGREE WITH YOU
TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY.
'0 ITEM TWO—SCHEDULE OF COVERAGES AND COVERED AUTOS
This policy provides only those coverages where a charge is shown in the premium column below. Each of these coverages will apply only to those"autos"
shown as covered"autos". "Autos:are shown as covered"autos"for a particular coverage by the entry of one or more of the symbols from the COVERED
•r AUTOS Section of the Business Auto Coverage Form next to the name of the coverage.
COVERED AUTOS
(Entry of one or more of the LIMIT
COVERAGES symbols from the COVERED THE MOST WE WILL PAY FOR ANY ONE PREMIUM
�Ir! AUTOS Section of the Business ACCIDENT OR LOSS
Auto Coverage Form shows
which autos are covered autos)
Mg LIABILITY 1 $ 1,000,000 $ 173,505.00
PERSONAL INJURY(P.I.P.) tt SEPARATELY STATED IN EACH P.I.P.END.MINUS
$ Deductible
ADDED P.I.P. SEPARATELY STATED IN EACH ADDED P.I.P.ENDORSEMENT $
(or equivalent added No-fault cov.)
PROPERTY PROTECTION INS SEPARATELY STATED IN THE P.P.I.ENDORSEMENT MINUS $
(P.P.I.)(Michigan only) $ Deductible FOR EACH ACCIDENT
yrll
AUTO MEDICAL PAYMENTS 2 vz 5,000 $ INCL
2
go UNINSURED MOTORISTS(UM) $ 1,000,000 $ INCL
UNDERINSURED MOTORISTS 2 $ 1,000,000 $ INCL
(when not included in UM Cov.)
$1,000 Ded.FOR EACH COVERED AUTO. BUT
- COMPREHENSIVE COVERAGE 7,8 ACTUAL NO DED.APPLIES TO LOSS CAUSED BY FIRE OR $ INCL
CASH
H D VALUE OR LIGHTNING. ttt
Y
S M SPECIFIED CAUSES OF LOSS COST OF $ Deductible FOR EACH COVERED AUTO FOR $ INCL
A COVERAGE REPAIR, LOSS CAUSED BY MISHIEF OR VANDALISM ttt
r� CG WHICHEVER
A E IS LESS $1,000 Ded.FOR EACH COVERED AUTO.ttt
L COLLISION COVERAGE 7,8 MINUS *** $ INCL
IMO TOWING AND LABOR $ for each disablement of a private passenger auto
(Not Available in California) $
FORMS AND ENDORSEMENTS APPLYING TO THIS COVERAGE PART AND MADE PART OF PREMIUM FOR ENDORSEMENTS
THIS POLICY AT TIME OF ISSUE: $
SEE SCHEDULE OF FORMS AND ENDORSEMENTS ESTIMATED TOTAL PREMIUM
$
ITEM THREE–SCHEDULE OF COVERED AUTOS YOU OWN: SEE SCHEDULE OF COVERED AUTOS YOU OWN
rs tt(or equivalent No-fault cov.) ttt See ITEM FOUR for hired or borrowed"autos".
Countersigned:
Date: By:
Authorized Representative
ism THIS COMMON POLICY DECLARATION AND THE SUPPLEMENTAL DECLARATION(S),TOGETHER WITH THE COMMON POLICY
CONDITIONS,COVERAGE PARTS,COVERAGE FORM(S)AND FORMS AND ENDORSEMENTS,IF ANY,COMPLETE THE ABOVE NUMBER POLICY.
U-CA-D-370-A(10/01)
air
WESTCHESrl 1. SURPLUS LINES INSUR.A. E COMPANY
A
ATLANTA, GA
TM DECLARATIONS
ace usa
POLICY NO. CUC-769433
NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS 73955
am
FRANK COLUCCIO CONSTRUCTION CRC INSURANCE SERVICES, INC.
9600 M. L.KING WAY 105 W. ADAMS ST. , 18TH FLOOR
la SEATTLE WA 98118 CHICAGO IL 60603
POLICY PERIOD: From 07/01/2003 to 07/01/2004
use 12 : 01 A.M. Standard Time at the Named Insureds address above
UMBRELLA
DECLARATIONS
POLICY NUMBER CUC-769433-0 RENEWAL OF
"This contract is registered and delivered as a
ITEM NAMED INSURED AND ADDRESS surplus lire C.6�%:ra'�;, under the insurance code
ONE FRANK COLUCCIO CONSTRUCTION of the statee of b a:Tlom en,enacted in 1947. It
is not issued by company regulated by the
9600 M.L.KING WAY Washington state insurance commissioner and
is not protected by any Washington state
SEATTLE WA 98118 guaranty fund law." >
ITEM POLICY COVERS FROM 7- 1-2003 TO - s1 x2436 (°h��
C ' En, ra 'ces,Inc,
TWO 12 : 01 AM STANDARD TIME AT MAILING
POLICY ADDRESS SHOWN ABOVE.
ills PERIOD
ITEM INSURING COMPANY : REPRESENTATIVE
.r THREE .WESTCHESTER SURPLUS LINES CRC INSURANCE SERVICES, INC.
INSURANCE COMPANY 105 W. ADAMS ST. , 18TH FLOOR
CHICAGO IL 60603
am
ITEM LIMITS OF INSURANCE :
FOUR AS IN INSURING AGREEMENT V AND VI
(THE LIMITS OF INSURANCE ARE THE AMOUNTS SHOWN BELOW) /
LIMITS 1/
(A) Each Occurrence Limit $10, 000, 000
..r (B) General Aggregate Limit $10, 000, 000
(other than Products/Completed Operations)
m. (C) Product/Completed Operations Aggregate Limit $10, 000, 000
(D) Combined Aggregate Limit N/A
— (E) Self-Insured Retention (Per Occurrence) $10, 000
Insured's copy
08-27-03 MD1 DHARP Page 1 of 2
CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
•. may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess •
its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
Coverages
rrr
(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
r• coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
•. • Stop Gap Liability
(2) Automobile Liability including all
rr
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits(Coverage A)-Show WA L&I Number
■r
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
err including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts,errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in
the course of operations under this Contract.
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
rrn
r..
insurance information forml.doc\
r•.
ono
LIMITS REQUIRED
'""' The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) $ 5,000
+� Stop Gap Liability $ 1,000,000
*General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
(Each Accident)
Workers'Compensation
rr
Coverage A(Workers'Compensation)-Show WA L&I Number
Umbrella Liability
Each Occurrence Limit $ 1,000,000
General Aggregate Limit $ 1,000,000
our Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
,rr Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
r..
Nov
rr insurance information form 1.doc\
r
ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
+r+ 3) Severability of Interest Clause(Cross Liability)
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
'.• reduced for any reason,and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate
of insurance showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
two(2)years after completion of the project.
rr
rr
IMO
rri
.r
011' insurance information form1.doc\
r..
PREVAILING MINIMUM HOURLY RATES
WAGERATECOV.DOC\
State of Washington
tog DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
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.
mil
KING COUNTY
Effective 03-03-04
*****************************************************************************************************************
MN
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $31.86 1N 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
ill BRICK AND MARBLE MASONS
JOURNEY LEVEL $38.37 1M 5A
CABINET MAKERS(IN SHOE)
JOURNEY LEVEL $16.67 1
CARPENTERS
imm
ACOUSTICAL WORKER $38.06 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $37.90 1M 5D
CARPENTER $37.90 1M 5D
CREOSOTED MATERIAL $38.00 1M 5D
MO DRYWALL APPLICATOR $38.74 1M 5D
FLOOR FINISHER $38.03 1M 5D
FLOOR LAYER $38.03 1M 5D
FLOOR SANDER $38.03 1M 5D
NO MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $38.10 1M 5D
SAWFILER $38.03 1M 5D
SHINGLER $38.03 1M 5D
mai STATIONARY POWER SAW OPERATOR $38.03 1M 5D
STATIONARY WOODWORKING TOOLS $38.03 1M 5D
CEMENT MASONS
JOURNEY LEVEL $38.94 1M 5D
DIVERS&TENDERS
AM DIVER $79.57 1M 5D 8A
DIVER TENDER $40.67 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $38.37 1B 5D 8L
iso ASSISTANT MATE(DECKHAND) $37.91 1B 5D 8L
BOATMEN $38.37 1B 5D 8L
ENGINEER WELDER $38.42 1B 5D 8L
LEVERMAN,HYDRAULIC $39.85 1B 5D 8L
MAINTENANCE $37.91 1B 5D 8L
los
MATES $38.37 1B 5D 8L
OILER $38.02 1B 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $38.59 1J 5B
MIL ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
Page 1
1.2
iie
or
■1/
ire
1
KING COUNTY
ii
Effective 03-03-04
(See Benefit Code Key) g
Over ii
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS-INSIDE t)
CABLE SPLICER $48.51 1D 6H 11
CABLE SPLICER(TUNNEL) $52.31 10 6H
CERTIFIED WELDER $46.79 1D 6H
CERTIFIED WELDER(TUNNEL) $50.41 1D 6H il
CONSTRUCTION STOCK PERSON $24.33 1D 6H sii
JOURNEY LEVEL $45.06 10 6H
JOURNEY LEVEL(TUNNEL) $48.51 10 6H
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
iii
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $48.96 4A 5A
CERTIFIED LINE WELDER $44.65 4A 5A
GROUNDPERSON $32.13 4A 5A II
HEAD GROUNDPERSON $33.93 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A
JACKHAMMER OPERATOR $33.93 4A 5A
JOURNEY LEVEL LINEPERSON $44.65 4A 5A II Iii
LINE EQUIPMENT OPERATOR $37.87 4A 5A
POLE SPRAYER $44.65 4A 5A
POWDERPERSON $33.93 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
III
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
MECHANIC $49.28 4A 60
MECHANIC IN CHARGE $54.18 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS all
ALL CLASSIFICATIONS $11.60 2K 6S
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE
FLAGGERSLABORER $12.77 1
NI
JOURNEY LEVEL $27.18 1N 5D
GLAZIERS
JOURNEY LEVEL $38.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS II ila
MECHANIC $39.93 1F 5E
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $32.34 1N 5D gm
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM C LEANER
JOURNEY LEVEL $9.07 1 Ili
INLAND BOATMEN
CAPTAIN $33.50 1K 58
COOK $28.96 1K 5B
DECKHAND
$28.16 1K 5B
iii
ENGINEER/DECKHAND $30.61 1K 5B
MATE,LAUNCH OPERATOR $32.05 1K 5B
Page 2
I
Ili
illi
x
iii
ill
KING COUNTY
'ter Effective 03-03-04
(See Benefit Code Key)
Over
or PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER
SYSTEMS BY REMOTE CONTROL
MINI CLEANER OPERATOR,FOAMER OPERATOR
$9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $7.16 1
AO TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $37.90 1M 5D
IRONWORKERS
ime
JOURNEY LEVEL $41.02 1B 5A
LABORERS
ASPHALT RAKER $32.34 1N 5D
BALLAST REGULATOR MACHINE $31.86 1N 5D
BATCH WEIGHMAN $27.18 IN 5D
IM BRUSH CUTTER $31.86 1N 5D
BRUSH HOG FEEDER $31.86 1N 5D
BURNERS - $31.86 1N 5D
CARPENTER TENDER $31.86 1N 5D
so CASSION WORKER $32.70 1N 5D
CEMENT DUMPER/PAVING $32.34 1N 5D
CEMENT FINISHER TENDER $31.86 1N 5D ,
CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 1N 5D
NM CHIPPING GUN(OVER 30 LBS) $32.34 IN 5D
CHIPPING GUN(UNDER 30 LBS) $31.86 1N 5D
CHOKER SETTER $31.86 IN 5D
CHUCK TENDER $31.86 1N 5D
CLEAN-UP LABORER $31.86 1N 5D
am
CONCRETE DUMPER/CHUTE OPERATOR $32.34 IN 5D
CONCRETE FORM STRIPPER $31.86 1N 5D
CONCRETE SAW OPERATOR $32.34 1N 5D
CRUSHER FEEDER $27.18 1N 5D
CURING LABORER $31.86 IN 50
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $31.86 1N 5D
DITCH DIGGER $31.86 1N 513
DIVER $32.70 1N 5D
- DRILL OPERATOR(HYDRAULIC,DIAMOND) $32.34 IN 50
DRILL OPERATOR,AIRTRAC $32.70 1N 5D
DUMPMAN $31.86 1N 5D
EPDXY TECHNICIAN $31.86 1N 5D
EROSION CONTROL WORKER $31.86 1N 5D
loi
FALLER/BUCKER,CHAIN SAW $32.34 1N 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $24.86 1N 5D
construction debris cleanup)
FINE GRADERS $31.86 1N 5D
1111 FIRE WATCH
$27.18 1N 5D
FORM SETTER $31.86 1N 5D
GABIONBASKETBUILDER $31.86 1N 5D
GENERAL LABORER $31.86 IN 5D
ime GRADE CHECKER&TRANSIT PERSON $32.34 1N 5D
GRINDERS $31.86 IN 5D
GROUT MACHINE TENDER $31.86 1N 5D
Page 3
Ail
MO
MN
all
w
KING COUNTY
ei
Effective 03-03-04
*****************************************************************************************************************
(See Benefit Code Key) )
Over ili
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
a
GUARDRAIL ERECTOR $31.86 1N 5D
HAZARDOUS WASTE WORKER LEVEL A $32.70 1N 5D II
HAZARDOUS WASTE WORKER LEVEL B $32.34 1N 5D
HAZARDOUS WASTE WORKER LEVEL C $31.86 1N 50
HIGH SCALER $32.70 IN 5D
HOD CARRIER/MORTARMAN $32.34 1N 5D
JACKHAMMER $32.34 IN 5D
LASER BEAM OPERATOR $32.34 1N 5D
MANHOLE BUILDER-MUDMAN $32.34 1N 5D
MATERIAL YARDMAN $31.86 1N 5D mi.
MINER $32.70 1N 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $32.34 1N 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER 1
PAVEMENT BREAKER $32.34 1N 5D a
PILOT CAR $27.18 1N 5D
PIPE POT TENDER $32.34 1N 5D
PIPE RELINER(NOT INSERT TYPE) $32.34 1N 50 k
PIPELAYER&CAULKER $32.34 1N 5D iii
PIPELAYER&CAULKER(LEAD) ' $32.70 IN 5D
PIPEWRAPPER $32.34 1N 5D
POT TENDER $31.86 1N 5D
POWDERMAN $32.70 IN 5D 1I
POWDERMAN HELPER $31.86 IN 50
POWERJACKS $32.34 IN 5D
RAILROAD SPIKE PULLER(POWER) $32.34 1N 5D
RE-TIMBERMAN $32.70 1N 5D
iii
RIPRAP MAN $31.86 1N 5D
RODDER $32.34 1N 5D
SCAFFOLD ERECTOR $31.86 1N 50
SCALE PERSON $31.86 1N 5D
SIGNALMAN $31.86 IN 513 lii
SLOPER(OVER 20") $32.34 1N 50
SLOPER SPRAYMAN $31.86 1N 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $32.34 1N 50
SPREADER(CONCRETE) $32.34 1N 5D iii
STAKE HOPPER $31.86 1N 5D
STOCKPILER $31.86 1N 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $32.34 1N 5D -,"}
TAMPER(MULTIPLE&SELF PROPELLED) $32.34 1N 5D
illii
TOOLROOM MAN(AT JOB SITE) $31.86 1N 5D
TOPPER-TAILER $31.86 1N 5D
TRACKLABORER $31.86 1N 5D
TRACK LINER(POWER) $32.34 1N 5D `(
AI
TRUCK SPOTTER $31.86 1N 5D
TUGGER OPERATOR $32.34 1N 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $31.86 1N 5D
VIBRATOR $32.34 1N 5D
VINYL SEAMER $31.86 1N 5D til
WELDER $31.86 1N 5D
WELL-POINT LABORER $32.34 1N 5D
a
4 is
Page 4
N
i
Iiiii
1
III
III
KING COUNTY
ms Effective 03-03-04
(See Benefit Code Key)
Over
ow PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $31.86 1N 5D
it PIPE LAYER
$32.34 1N 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
as LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $38.74 1M SD
MACHINISTS(HYDROELECTRIC SITE WORK)
MACHINIST $16.84 1
Om
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
WI PAINTER
$11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
Ns ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
or
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $30.77 2B 5A
OP PLASTERERS
JOURNEY LEVEL $39.33 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
MI PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $48.71 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $36.41 1T 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.03 IT 5D 8L
ow BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $39.49 1T 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $40.01 1T 5D 8L
BACKHOES, (75 HP&UNDER) $38.64 1T 5D 8L
BACKHOES, (OVER 75 HP) $39.03 IT 5D 8L
le BARRIER MACHINE(ZIPPER) $39.03 1T 5D 8L
BATCH PLANT OPERATOR,CONCRETE $39.03 1T 5D 8L
BELT LOADERS(ELEVATING TYPE) $38.64 1T 5D 8L
BOBCAT $36.41 1T 5D 8L
ow BROOMS $36.41 1T 5D 8L
BUMP CUTTER $39.03 1T 5D 8L
CABLEWAYS $39.49 1T 5D 8L
CHIPPER $39.03 1T 5D 8L
COMPRESSORS $36.41 IT 5D 8L
i CONCRETE FINISH MACHINE-LASER SCREED
$36.41 IT SD 8L
CONCRETE PUMPS $38.64 1T 5D 8L
Page 5
or
Ill
MO
al
ON
KING COUNTY i.
Effective 03-03-04
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code e
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.03 IT 5D 8L ,
CONVEYORS $38.64 1T 5D 8L II
CRANES, THRU 19 TONS,WITH ATTACHMENTS $38.64 1T 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $39.03 1T 5D 8L s
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $39.49 1T 5D 8L
JIB WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $40.01 1T 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $40.55 1T 5D 8L
WITH ATTACHMENTS)
iiiii
CRANES,A-FRAME, 10 TON AND UNDER $36.41 1T 5D 8L
CRANES,A-FRAME,OVER 10 TON $38.64 1T 50 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.07 1T 5D 8L
iiii
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.03 1T 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $39.49 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.01 1T 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $40.01 IT 5D 8L
illi
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $40.55 IT 5D 8L
CRUSHERS $39.03 1T 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $39.03 1T 5D 8L
DERRICK,BUILDING $39.49 1T 5D 81
DOZERS,D-9&UNDER $38.64 1T 5D 8L I
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $38.64 1T 5D 8L
DRILLING MACHINE $39.03 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $36.41 1T 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $38.64 1T 50 81
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03 1T 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $38.64 1T 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $36.41 1T 5D 8L "'
GRADE ENGINEER $38.64 1T 5D 8L
GRADECHECKER AND STAKEMAN $36.41 1T 5D 8L
GUARDRAIL PUNCH $39.03 IT 50 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $38.64 IT 50 8L 1.
HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 1T 51) 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.03 1T 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $36.41 1T 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $38.64 1T 50 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $39.49 1T 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $40.01 IT 50 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.03 1T 5D 8L
LOCOMOTIVES,ALL $39.03 1T 5D 8L
MECHANICS,ALL $39.49 1T 513 8L
MIXERS,ASPHALT PLANT $39.03 1T 5D 8L
iiii
MOTOR PATROL GRADER(FINISHING) $39.03 1T 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $38.64 1T 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $39.49 1T 513 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 1T 5D 8L
OPERATOR Illi
PAVEMENT BREAKER $36.41 1T 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $39.03 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $38.64 1T 5D 8L
POSTHOLE DIGGER,MECHANICAL $36.41 1T 5D 8L lig
Page 6
id
1
a
a
KING COUNTY
is Effective 03-03-04
*****************************************************************************************************************
(See Benefit Code Key)
Over
■" PREVAILING Time Holiday Note
Classification WAGE Code Code Code
POWER PLANT $36.41 1T 5D 8L
PUMPS,WATER $36.41 1T 50 8L
imp
QUAD 9,D-10,AND HD-41 $39.49 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.49 IT 5D 8L
EQUIP
RIGGER AND BELLMAN $36.41 1T 50 8L
ROLLAGON $39.49 1T 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $36.41 IT 5D 8L
ROLLERS,PLANTMIX OR MULTtLIFT MATERIALS $38.64 1T 5D 8L
ROTO-MILL,ROTO-GRINDER $39.03 1T 5D 8L
NO SAWS,CONCRETE $38.64 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.03 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.49 1T 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
us
SCRAPERS,CONCRETE AND CARRY ALL $38.64 1T 5D 8L
SCREED MAN $39.03 1T 5D 8L
SHOTCRETE GUNITE - $36.41 1T 5121 8L
SLIPFORM PAVERS $39.49 1T 5D 8L
ON
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $39.03 1T SD 8L
SUBGRADE TRIMMER $39.03 IT 50 8L
TOWER BUCKET ELEVATORS $38.64 1T 5D 8L
TRACTORS,(75 HP&UNDER) $38.64 1T 5D 8L
NO TRACTORS,(OVER 75 HP) $39.03 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $39.03 IT 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $39.49 IT 5D 8L
TRENCHING MACHINES $38.64 1T 5D 8L
No TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $38.64 1T 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.03 1T 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.03 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $36.41 IT 5D 8L
MN YO YO PAY DOZER $39.03 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $32.01 4A 5A
Ss SPRAY PERSON $29.79 4A 5A
TREE EQUIPMENT OPERATOR $30.71 4A 5A
TREE TRIMMER $28.43 4A 5A
TREE TRIMMER GROUNDPERSON $20.89 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
Air MECHANIC $46.46 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
in JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
NM JOURNEY LEVEL $38.59 1J 5B
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
Page 7
ism
it
sr
+rr
so
KING COUNTY
Effective 03-03-04
*****************************************************************************************************************
(See Benefit Code Key)
Over Hi
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $26.84 2E 5G
R
IIN
ESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS $18 12 1 I
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1 ,
RESIDENTIAL REFRIGERATION&AIR CONDITIONING iI
JOURNEY LEVEL $46.46 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS '
Ili
JOURNEY LEVEL $31.52 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL _ $25.58 1B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1 Mii
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $35.63 1H 5A
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
iii
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $45.43 1J 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $23.36 1
SIGN MAKER $16.84 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
el
SOFT FLOOR LAYERS
JOURNEY LEVEL $31.52 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $46.19 1B 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1 IF
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1 ;t
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $27.84 2B 5A ii
HOLE DIGGER/GROUND PERSON $15.69 2B 5A
INSTALLER(REPAIRER) $26.70 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 2B 5A
SPECIAL APPARATUS INSTALLER I $27.84 2B 5A lili
SPECIAL APPARATUS INSTALLER II $27.28 2B 5A
Page 8
in
ii
a
a
a
OVERTIME CODES
rrr OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
- I. 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.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
as
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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)
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
1�rr MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
wr 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 AND 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
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
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH
row SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
rr 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.
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 AND 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
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.
sol
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.
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.
OM
KING COUNTY
Effective 03-03-04
(See Benefit Code Key)
Over iiii
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $27.84 2B 5A s`
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $25.91 2B 5A ii
TELEVISION GROUND PERSON $14.89 2B 5A
TELEVISION LINEPERSON/INSTALLER $19.81 2B 5A
TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A
TELEVISION TECHNICIAN $21.11 2B 5A
TREE TRIMMER $25.91 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $35.63 1H 5A
TILE,MARBLE&TERRAZZO FINISHERS
Ni
FINISHER $29.46 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $30.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $35.91 1T 5D 8L Si
ASPHALT MIX(OVER 16 YARDS) $36.49 IT 5D 8L
DUMP TRUCK $35.91 1T 5D 8L
DUMP TRUCK&TRAILER $36.49 IT 5D 8L
OTHER TRUCKS $36.49 1T 5D 8L Ili
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
Id
WELL DRILLER $17.68 1
t
0
a
AY
ii
i4}
a
a
Page 9
a
4
la
a
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
so 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.
l. 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 Al.I ER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS
tor 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-
MN HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
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.
illt 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
111'!0 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.
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.
1101 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.
its 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.
ar
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.
ire
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
ire HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
0111
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. 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
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEARS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEARS DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, 0
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEARS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE
FRIDAY AND SATURDAY AF I ER 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 Al I ER 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).
I. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND 0
CHRISTMAS DAY(6).
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).
O. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTON'S BIRTHDAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(6).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AF I ER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AF 1 ER 520 HOURS-NEW YEAR'S DAY,THANKSGIVING DAY AND CHRISTMAS DAY. Al I ER 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,
THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). ilk
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,
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).
D. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AF I ER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
e 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
rot 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:
rmor PRESIDENTS'DAY.
S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AF I ER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
wr
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).
too
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).
as
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).
OW
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 AF 1 ER 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(II).
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'-$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
r C. 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'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
so OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
rr
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
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 r
B:$0.50, AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
lift
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.
1
0
a
0
a
ail
11
1
a
Department of Labor and Industries STATEMENT OF INTENT TO
Prevailing Wage ,,,,,t.'1".."?..,....
( ) 1 f= PAY PREVAILING WAGES
Prevailing
Sing Was
www.lni.wa.gov/prevailingwage '"i a°` Public Works Contract
$25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name Contract#
•Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
APPR0VED FORM WLL0E MAtti TO THI$'ADIE5 L).. Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#
( )
County where wort will be performed City where work will be performed
Bid due date (m/d/y) Date contract awarded (m/d/y)
/Prime contractor(has contract with the public agency) Contractor Registration No. Do intend s d to use bcontractors? / /
Do you intend to use apprentices?
-- _ Yes 0 No LI Yea []No
ry,,, Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no.
hourly pay fringe benefits of workers
4
I
r
bit
:
'
Company name,address city,state,ZIP+4 Indicate total dollar amount
I .,. M.... ,......,........._,.w.:.:., .....w.M. w,,. :...M:::..,.:..: of your contract $
I hereby certify that the above information is correct and that all
:...:.. .: : ....,.. ..,. _ . . ,...„... . ,....,, ,..„:....:::M....:..,.......:...:.....::: workers I employ on this Public Works Project will be paid no
IMO
less 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
MIEmail address Phone number `For[�,&I Use Only
For I&I Use Only ) Check Number: ❑ $25 or $
air APPROVED: Department of Labor and Industries Issued By:
illi
By
Industrial Statistician
J
F700-029-000 statement of intent to pay prevailing wages 10-02 After APPROVAL. send white copy to Awarding Agency.
Canary copy-L&I
Department of Labor and Industries s.a.r,. AFFIDAVIT OF WAGES PAID
Prevailing Wage
(360)902-5335 i.,„.,,E,„„,ti Public Works Contract
www.lni.wa.gov/prevailingwage $25.00 Filing Fee Required
.. •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).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
...: ... .,.: ::;. :: : • .••:.:.>: ._, .:... ..,,:, .. .; ... ::,.;::::::. Address ----------------------
::W.;::;:...0,:YUC :fgaC:' aft:.lE, : NtKrte > arti!#tgA00 1 $Sgiiiii:::i.
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#)
County where work was performed City where work was performed
Bid due date (m/d/y) Date contract awarded (m/d/y)
-.__ -_ 1 /
Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y)
/ /
i. Craft/trade/occupation and apprentices (For apprentices,give name, Number Total#hrs Rate of Rate of hourly
registration#,trade,dates of work on project,stage of progression,wage and fringe) of Workers worked-ea trade Hourly Pay fringe benefits
t
ame
1 IV
[r
w
Company name,address,city,state,ZIP+4 Indicate total dollar amount
of your contract $
I hereby certify that the above information is correct and that all
workers I employed on this Public Works Project were paid no
less than the Prevailing Wage Rate(s) as determined by the
tse Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI Title e- Signature
Ai Phone number Email address `�
r.C...t.#tx tin)`:z::>:;:::z:`>.:':»>::'s::>::>:><:>:::>:::;>:::>:<:::;is::::s:>::z'>`»>:::<:>:::`>::>::
( ) ❑ $25 or $
......................:...:..:::::::::::.. .
Check Number:
tCERTIFIED: Department of Labor and Industries '' Issued By:
ii
E
By
?. Industrial Statistician
•»
F700-007-000 affidavit of wages 11-02 After APPROVAL, send white copy to Awarding Agency.
0 Canary copy-L&I
ICERTIFICATION OF PAYMENT OF PREVAILING WAGES
I Date:
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our
subcontractors' employees for the period
iii 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.
ow
Company Name
to
By:
ilow
Title:
off
rr
i pi
I
I
1
Ica
ENVIRONMENTAL REGULATIONS
•
k.
•
ENVREGCOV.DOC\
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
ANN
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
ate 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
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.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
NW
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
rim 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 life, 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
unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
twr or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000/day for each violation.
I fir. 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.
rr
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
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.
a SW 23rd Street Drainage Improvement Project
rrr
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
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. 78-44: 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. I
U.S.ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps I
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. I
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 I
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.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION 1
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 1
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.
SW 23rd Street Drainage Improvement Project
I
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
amp
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
'w"' Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County
Department of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit
+rr before discharge of pollutants from a point source into the navigable waters of the State of
Washington.
ono 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).
rr
W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department
'NN 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.
rr
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.)
,r.
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
'r" 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.
rrr R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
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.)
ow
rM SW 23rd Street Drainage Improvement Project
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
es
FIRE PROTECTION DISTRICT
aro
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.
I
I
I
I
1
I
I
I
I
I
I
I
I
SW 23rd Street Drainage Improvement Project I
I
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
ow
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.
wr
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
•r. becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter 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).
r
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.
ww 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.
agi
+.r
r.•
r SW 23rd Street Drainage Improvement Project
ari
City of Renton
SUPPLEMENTAL
SPECIFICATIONS
for the
1997
Standard Specifications
for Road, Bridge,
and Municipal Construction
•
CDLA
•
CID
1161
Immo
rr 0
Adopted May 19, 1997
viWashington State Department of Transportation
American Public Works Association Washington State Chapter
r.
CITY OF RENTON STANDARD SPECIFICATIONS
eli
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.
•
WSDOT Amendments
.r WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT.
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
rui
(WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. meted.) All replacement text or text being added is shown as underlined
type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
ten
revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions.
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.
(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
oil Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
1
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.
All work within the public right-of-way performed by other agencies or private parties working under permit
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.
woo Page-RS-i
Revision Date:May 19, 1997
rrr
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS
i
Division 1 General Requirements 1
1-01 Definitions and Terms 1
PI 1-02 Bid Procedures and Conditions 2
1-03 Award and Execution of Contract 2
1-04 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 7
1-08 Prosecution and Progress 12
1-09 Measurement and Payment 14
wNr 1-10 Temporary Traffic Control 18
1-11 Renton Surveying Standards 19
Division 2 Earthwork 22
lila
2-02 Removal of Structures and Obstructions 22
2-03 Roadway Excavation and Embankment 22
2-04 Haul 23
2-06 Subgrade Preparation 23
2-09 Structure Excavation 23
Division 3 Production From Quarry and Pit Sites and Stockpiling 25
wr 3 No supplemental specifications were necessary 25
Division 4 Bases 25
4 No supplemental specifications were necessary 25
trw
Division 5 Surface Treatments and Pavements 26
5-04 Asphalt Concrete Pavement 26
rr Division 6 Structures 29
6-12 Rockeries 29
MIN Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains, and Conduits 30
7-01 Drains 30
7-02 Culverts 30
7-03 Structural Plate Pipe,Pipe Arch,Arch,and Underpass 30
ow 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 34
7-12 Valves for Water Mains 37
7-14 Hydrants 38
7-15 Service Connections 39
7-17 Sanitary Sewers 39
Division 8 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
Page-RS-ii
tr Revision Date:May 19, 1997
•
Division 9 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
or
ow
rr
■r
w
U
MN
IOW
S
err
Page-RS-iii
Revision Date:May 19,1997
tier
.,IC.......,,ii�411111 i erms 1-01 Definitions and Terms
Department shall also refer to the Department of
Division 1 Planning/Building/Public Works Administrator_
tie Special Provisions(RC)
General Requirements . .•• -••-• .•• • .. _ .•_odifications to the
standard specifications
specifications and supplemental specifications that apply to an
ea 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 RE VISED BY ADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
NW
1-01.1 General(RC) prices.
State(RC)
Whenever reference is made to the State, Commission, The state of Washington acting through its representatives.
so 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
NI 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
too
1-01.3 Definitions(RC, APWA) Change Orders.
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
MI cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids.
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
tow
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)
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.
NW 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
Day(RC) time begins.
Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC)
fir 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
Where the term "or e•ual" is used herein the Contractin! 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
so 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.
air
approval of alternative materials or processes by the Owner shall Material(APWA)
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
mg
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.
Plans(RC) Materialman(APWA)
The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material,
pm 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 Project Site;a supplier.
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
el are a part 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
So with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to
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
1nt authorized representatives. The chief executive officer to the
Page-SP-1
!w Revision Date:May 19, 1997
f2
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 le
request for public disclosure has been given shall be deemed a
SECTION 1-02.1 IS DELETED AND REPLACED BY THE waiver by the submitting vendor of any claim that such materials
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 1-02.12 Public Opening of Proposals (APWA)
Contract Documents. The Contracting Agency reserves the right to 1
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 "4
include a pre qualification procedure prior to the Bidder being addenda.
Ili
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: tiii
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 1
Information as to where Bid Documents can be obtained or TO READ: lid/
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 14e-qualified for the work or to the full iii
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid•
SENTENCE 1, 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 reports 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 al
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
the contract bond.
1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices. ill
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 k
the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its id
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: IN
FOLLOWING: 1-03.2 Award of Contract(RC)
1-02.6 Preparation of Proposal (RC) The contract, bond form and all other forms irin_
All prices shall be in legible figures and execution, together with a list of all other forms or documents al
p g g and written in required to be submitted by the successful bidder, will be
ink or typed.The proposal shall include: forwarded to the successful bidder within 10 days of the award.
1. A unit price for each item (omitting digits more than four The number of copies to be executed by the Contractor shall be ,,
places to the right of the decimal point), each unit price shall also determined by the Contracting Agency. ttt
be written in words; where a conflict arises the written words shall
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS:
ION
SECTION. 1-03.3 Execution of Contract(APWA, RC)
1-02.6(1) Proprietary Information (RC) Within 20 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, Contracto , 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
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 to
exem,tion. The De•artment or State will :ive 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 20 10 calendar days after the award
la
Page-SP-2
Revision Date:May 19,1997
tot 1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
ter additional calendar days for return of the documents, provided the FOLLOWING:
Contracting Agency deems the circumstances warrant it.
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
101 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.
Contracting Agency to possess a valid City of Renton business
license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
ow When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC)
number, a Washington State Contractors registration number, or
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
so Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
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.
set 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
or 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.
officer empowered to sign the bond.
7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work
ow sign official statements (sole proprietor or partner). If the
Contractor is a corporation, the bond must be signed by the
president or vice-president,unless accompanied by written proof of SECTION 1-05.3 IS REVISED AS FOLLOWS:
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
w 1-04 Scope of the Work on sheets measuring 24 by 36 22 by 34 inches or on sheets with I
dimensions in multiples of 8-1/2 by 11 inches.
SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE
Is
FOLLOWING: FOLLOWING:
1-04.1 Intent of the Contract(RC) 1-05.4 Conformity with and Deviations from Plans
and Stakes(RC)
The Contractor is encouraged to provide to the Engineer prior
NI 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 in 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.
Om 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)
N` 1-04.2 Coordination of Contract Documents, Plans,
Special Provisions Specifications, and Addenda If the project calls for Contractor supplied surveying, the
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
±rw Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer.All costs
by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied
4,5,6,and 7;2 presiding over 3,4,5,6,and 7; and so forth): Surveying,"per lump sum.
110 1. Addenda 1-05.5(1) General(APWA,RC)
2. Proposal Form
3. Special Provisions The Engineer or Contractor supplied surveyor will provide
4. Contract Plans construction stakes and marks establishing lines, slopes, and grades
i tr 5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(1) and 1-05.5(2) and will perform
t.
such work per Section I 11. The Contractor shall assume full
6. Supplemental Specifications.
7. Standard Plans responsibility for detailed dimensions, elevations, and excavation
6.8. Standard Specifications slopes measured from the Engineer or Contractor supplied
lit surveyor furnished stakes and marks.
um Page-SP-3
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
ill
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. IN
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)
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the --t
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
carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan iii
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. t
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 tii
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 1lg
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
ila
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 a
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 i li
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 'I
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under 1
the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by IIII
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.
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in
kill
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 1
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 116
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 II
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.
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 alle construction 6 ro'ects with minor Jade chan:es, the provide all As-Built records and other work as directed by the at
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.
-4
di
Page-SP-4
Revision Date:May 19, 1997
NM 1-05 Control of Work 1-05 Control of Work
Payment per Section 1-04.I for all work and materials provided by this Section nor shall the exercise of this right diminish
Me
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.
gig 1-05.5(5) Contractor Provided As-Built Information SECTION I-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,
ow 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
It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by
locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the
r 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 Project Site
Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without
nrr 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
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
MI 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."
prints of the project drawings upon which he has 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
MI 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
This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040
it's accuracy. limiting actions upon a contract in writing, or liability expressed or
us
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
an
1-05.8 Contracting Agency's Right to Correct or impair the right of persons furnishing materials or labor, to
Defective and Unauthorized Work (APWA) recover under any bond given by the Contractor for their
protection, or any rights under any law permitting such persons to
tw 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.
Engineer, or fails to perform any part of the Work required 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
INS 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.
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
on remedy- what the Engineer determines to be an emergency following:
situation, 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
we
completed by using Contracting Agency or other forces. An 1-05.11(1) 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
IN
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
attributable to correcting and remedying defective or unauthorized met:
Work, or Work the Contractor failed or refused to perform, shall I. The Contracting Agency must have full and unrestricted
no 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
T 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
MI allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency's rights
out Page-SP-S
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
ii
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,
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 a
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. file
interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
Completion. The Contractor shall provide the Engineer with a FOLLOWING:
revised schedule indicating when the Contractor expects to reach
all
substantial and physical completion of the work. 1-05.12 Final Acceptance(APWA)
The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the
establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established: A
considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting a
Inspection. Agency will establish the Completion Date and certify the Work as
1-05.11(2) Find Inspection Date(APWA) complete. The Final Contract Price may then be calculated. The s.
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
sil
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 (till
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: 1
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 Whenever the Contracting Agency evaluates the Contractor's a
upon which the Work was considered physically complete. That $requalification pursuant to Section 1-02.1,the Contracting Agency
date shall constitute the Ph sical corn i letion date of the Contract will take these performance
but shall not imply all the obligations of the Contractor under the will reports into account.
Contract have been fulfilled. its
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
tal
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 bear the costs for power and water necessary for the performance
signal systems; buildings; or other similar work it may be desirable
illil
of the Work.
for the Engineer to have the Contractor operate and test the Work
for a • riod of time after final ins.•ction but 'rior to the Ph sical 1-05.17 Oral Agreements(APWA)
Completion Date. Whenever items of work are listed in the
iii
Contract Provisions for o. rational testin_ the shall be full 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 acce 1 tabilit 'rior to the Ph sical Corn 1 letion Date. Darin: 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 workmanshi , materials, or a ui ment which 'roves faul 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
itill
En!ineer, so that the En:ineer ma determine their suitabili for
the furlose for which the were installed. The Ph sical
Page-SP-6 illi
Revision Date:May 19, 1997
r 1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax
too liability.
SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the
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)
INN 1-06.2(2) Statistical Evaluation of Materials for describes this exception.
Acceptance The Contracting Agency will pay the retained percentage only
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-
PROVISIONS taxes have been paid (RCW 60.28.050). The Contracting
USED BY THE CITY OF RENTON. Agency may deduct from its a
p yments to the Contractor any
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
tr not. Any amount paid proper the Public y mount so deducted will be aid into the ro r State
fund.
so 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
irom 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.
so 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
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
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
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
Nu , 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
is 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
r 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
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
irr 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.
NI 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
1-07.2 State Sales Tax(APWA) amount.
1-07.2(1) GENERAL(APWA) 1-07.2(4) Services(APWA)
The Contractor shall not collect retail sales tax from the
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 I- other services (as defined in State Department of Revenue Rules
M 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224).
contact the Washington State Department of Revenue for answers
to questions in this area. The Contracting Agency will not adjust
O Page-SP-7
Revision Date:May 19, 1997
4
a
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
t
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 Wiildlifes-of than 50 NTU; for other classes of waters, refer to WAC 173-201- '
' (APWA, SA) 045.
II
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
for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units
those areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated turbidimeter. 1i
09.4.- Discharges to a State waterway caused by aggregate washing,
drainage from aggregate pit sites, and stockpiles or dewatering of
pits and excavations shall not increase the existing turbidity of the
receiving waters. illi
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may
1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds,settling basins, ,
overflow weir, polymer water treatment, discharging to ground
(RC) 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. ii
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain
1-07.13(1) General (RC) situations may include netting,mulching with binder,and seeding.
Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded a
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 la
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 percolation. Chlorine residual may be reduced 4
to overcome them. chemically with a reducing agent such as sodium thiosulphate. f
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 li
AGENCY."
products, fresh concrete
p 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 1
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 ii
orders, temporary water pollution/erosion control work will be waterways. The storage shall be made in dike tanks and barrels
measured and paid for pursuant to Section •1•95.41-04.1 through with drip pans provided under the dispensing area. Shut-off and
the lump sum item for "Temporary Water Pollution/Erosion lock valves shall be provided on tanks. Shut-off nozzles shall be `'
Control.: provided on hoses. Oil and chemicals shall be dispensed only le
If no pay during daylight hours unless the dispensing area is properly lighted.
p y item appears in the contract for "Temporajy 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 ii
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.
In addition to other requirements in the Contract Documents or relocation work is required, the Contractor shall provide
blocking and sealing of the sanitary sewer line. Sanitary sewer flow ii
this temporary work shall include, but is not limited to, the
following water quality considerations: shall be pumped out, collected, and hauled by tank truck or
1. Turbid Water Treatment Before Discharge: pumped directly to a sanitary system manhole for discharge. The
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 tempora sewer di
discretion of the Engineer; for Lake Class Receiving Waters, rY b ypasses. In
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) addition, the excavated materials adjacent to and around a rupture
of a sanitary sewer line shall be removed from the Project Site and 4
over background conditions; for Class AA and Class A Waters,
iii
Page-SP-8
Revision Date:May 19, 1997
r 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
w 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.
ow 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 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
my
FOLLOWING: better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
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.
so
franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways)used by him
property. if damaged_
The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material
MO 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
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. ._
Vin" 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
MI
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.
im
shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on SECTION 1-07.17 IS SUPPLEMENTED BY ADDING:
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.
or 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
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
itw open for more than 48 hours. location of the utilities;
B. Structures. The contractor shall remove such existing Call Before You Di�r
structures as may be necessary for the performance of the work and, Dig
gm
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
ow
other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground
contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been
condition. located and marked.
ow Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing
facilities are in accordance with available information without
way, the contractor shall strip top soil from the trench or
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
rw 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
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
isso
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
necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary
carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same.
IN
backfilled. The lawn area shall be cleaned by sweeping or other
The contractor shall, at his own expense, repair all damage to
means,of all earth and debris. such facilities or structures due to this construction operation to the
The contractor shall use rubber wheel equipment similar satisfaction of the City; except for City owned facilities which will
wor to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by
all work, including excavation and backfill, on easements or rights- the contractor as directed by the City.
of-way which have lawn areas. All fences, markers,mail boxes,or
ism Page-SP-9
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
ii
SECTION 1-07.18 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)1S REPLACED WITH THE FOLLOWING: coverage.
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or I:
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis 4
effect, from the Contract Execution Date to the Completion Date, and include: i
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 tit
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 • fill
against claims for bodily injuries, Broad Form Property Damage
g y l , 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 Ili
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) iiii
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 lei
the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural,
SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability iii
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.
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 ON
and underwritten b a corn an acre•table to the Contractin: require additional coverages as may be appropriate based on
Agency. The City requires that all insurers:
work performed(i.e. pollution liability).
1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its
Ili
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
goof of rofessional liabilit coves to be rovided for u 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
a e 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 Ifs
Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY
A )UI 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.
id
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 t
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
MIN 1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability of any kind upon the
soil 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
tria 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
titer Commercial General Liability cancellation language specified above, the City will accept a
General Aggregate* $2,000,000** P
#* written agreement that the consultant's broker will provide the
Products/Completed Operations $2,000,000 required notification.
Aggregate
err Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS:
PersonaUAdvertising Injury $1,000,000
Fire Damage(Any One Fire) $50 000 1-07.20 Patented Devices,Materials, and Processes
Medical Payments(Any One Person) $5,000 (APWA)
to Stop Gap Liability $1,000,000
* General Aggregate to apply per project The Contractor shall assume all costs arising from the use of
(ISO Form CG2503 or equivalent) patented devices,materials,or processes used on or incorporated in
**Amount may vary based on project risk the work, and agrees to indemnify; defend, and save harmless
is Automobile Liability The Contracting Agency, and their
Bodily Injury/Property 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.
int Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING:
Umbrella Liability 1-07.22 Use of Explosives
Each Occurrence Limit $1,000,000 P Oslves(APWA)
is 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
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
Is Each Occurrence/IncidendClaim $1,000,000 regulations that may apply. The individual in charge of the blasting
Aggregate $2,000,000
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
aim professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting
completion of the project. operations.
The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of
the Work, the Contractor's insurance shall contain a special clause
in writing in the event any general aggregate or other aggregate
titre limits are reduced. At their own expense, the CONTRACTOR permitting the blasting.
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
CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE
ow coverage is in force. FOLLOWING PARAGRAPH -
SECTION 1-07.18(4)IS REPLACED WITH THE FOLLOWING 1-07.23(1) - Construction Under Traffic (RC)
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and
err 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 project.
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 equipment
or I) City of Renton Insurance Information Form (attached pieces creating a in ment as deemed
( 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 el uivalent . the project, and no compensation will be made for this
err conforming to items as specified in Sections 1-07.18(1), 1- section.
07.18(2), and 1-07.18(3). as revised above. Other
requirements are as follows: Complaints of dust, mud or unsafe practices and/or
property damage to private Ownership will be transmitted
putt a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will
Certificate is issued as a matter of information only be required by the contractor.
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
me Page-SP-I1
Revision Date:May 19, 1997
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 f
"STATE"TO READ "CONTRACTING AGENCY."
1-07.24 Rights of Way (APWA)
SECTION 1-07.27 (APWA) IS REVISED BY CHANGING -,
Street right of way lines, limits of easements, and limits of 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-�8 Prosecution and Progress id
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. 1-08.1 Preliminary Matters (APWA) l it
Whenever any of the Work is accomplished on or through
property other than public right of way, the Contractor shall meet ;
and fulfill all covenants and stipulations of any easement agreement 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 Engineer. undertaking each part of the Work the Contractor shall carefully tok
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 tri
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
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 a
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.; no
expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Worki
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 k''
needs. However, before using any private property, whether the Work. id
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;
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and t
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) II
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 al
IN
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 En:ineer a•.roves in writin:. Each re 1 nest to
subcontract shall be on the form the Engineer provides. If the
Engineer re.nests, the Contractor shall ,rovide +roof that the 1
subcontractor has the experience, ability, and equipment the work iii
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 A
Documents. i
Along with the request to sublet, the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
a
4
Page-SP-12 iii
Revision Date:May 19, 1997
k
ono 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
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 and and
ow 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
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
air 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
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 limit, lower tier have no claim for damages or delays should such permission be
no subcontractors shall meet the same requirements as revoked for these reasons.
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
err 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
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
MI
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
+rr• 4. Convey to the subcontractor any rights against the regards to the Contract Time;and considering multiple work shifts
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;
too 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
ow
owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of
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,
NE 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
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
ill 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
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.
NW 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.
ow The Contractor shall comply with this request at once and shall not SECTION 1-08.4 IS DELETED AND REPLACED BY THE
employ the subcontractor for any further work under the contract. FOLLOWING:
1-08.1(3) Hours of Work(APWA) 1-08.4 Notice to Proceed and Prosecution of the Work
ow Except in the case of emergency or unless otherwise approved (APWA)
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
ow 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
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
IN 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
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
da , the Contractor shall a..1 in writin' to the Engineer for slowing of operations by the Contractor without prior approval of
Om 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
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
so requesting permission to work.
we Page-SP-I3
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
ii
SECTION I-08.S IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION I-05.11.
FOLLOWING: 1-08.10 Termination of Contract (APWA) a
1-08.5 Time For Completion (Contract Time) (APWA,
RC) SECTION I-08.10(1)IS SUPPLEMENTED BY REVISING ALL
The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURER, DEPARTMENT OF
TRANSPORTATION" IN THE LAST SENTENCE,
the time specified in the Contract Documents or as extended by the PARAGRAPH S 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 I-08.11 IS A NEW SECTION: Ili
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 -i
sponsible for the
holidays: January I, adequacy,efficiency,and sufficiency of his and his subcontractor's
Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use
November I I, 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.
II
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 1l1
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. •;
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) ill
which periods, work is anticipated to be performed. Each The contractor shall give his
successive working day, beginning with the Notice to Proceed Date g 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 ersonall
the Contract Time as it occurs except a day or part of a day which P y present on the work site,he shall at
is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall
unworkable day. have full authority to execute the same, and to supply materials,
The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal
showin representative of the contractor. The contractor shall be liable for 4
g (I) the number of working days charged against the the faithful observance of any instructions delivered to him or to
Contract Time for the preceding week; (2) the Contract Time in his authorized representative.
working days; (3) the number of working days remaining in the
Contract Time; (4) the number of nonworking days; and (5) any rid
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: NO
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 ii
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 7
= discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets,delivered to the Inspector iii
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 s• cified to be I aid b the ton the followin: h
establishing the Substantial Completion, Physical Completion, and system will be used: II
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.
Du,licate tickets shall be Ire.ared to accom.an each
truckload of material delivered to the project. The tickets shall i�
bear at least the following information:
1. Truck Number.
2. Truck tare weight(stamped at source).
ill
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-I4 a
Revision Date:May 19,1997
41111 1-09 Measurement and Payment
1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
r 7. Pay item number. MATERIAL LABORATORY."
8. Contract number and/or name.
The Contractor shall submit a breakdown of costs for each SECTION 1-09.9 IS DELETED AND REPLACED BY THE
lump sum Bid Item. The breakdown shall list the items included in FOLLOWING:
oil 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)
Ora 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.
Or preconstruction meeting.
r Within 3 days after the progress estimate cutoff date
SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING (but not
more often than once a month) the Contractor shall submit to the
ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and
Orr "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
FOLLOWING: accompanied by documentation supporting the Contractor's
Application for Payment.
two 1-09.3 Scope of Payment(APWA, RC) If payment is requested for materials and equipment not
Unless modified otherwise in the Contract Provisions, the Bid incorporated in the work, but delivered and stored at approved sites
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
specified Work. Should a Bid Item be listed in a "Payment"clause y ter insurance or other
ow but not in the Proposal Form, and Work for that item is performed arrangements to protect the Engineer's interests therein.
by the Contractor and the work is not stated as included in or The initial progress estimate will be made not later than 30
days after the Contractor commences the Work, and successive
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 durin
r determining
o 04.1, then payment for that Work will be made as for Extra Work g pro the
Work are tentative, and made only for the purpose of determi ning g
pursuant to a Change Order. progress payment. The progress estimates are subject to change at
The words "Bid Item," "Contract Item,"and "Pay Item,"and an y time
similar terms used throughout the Contract Documents are prior to the calculation of the Final Payment per
sai Section 1-09.9(4).
synonymous. The value of the progress estimate will be the sum of the
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 multiplied th
irr or material essential to the item, then the work or material will not quantity of acceptable units of Work completed multiplied by the
be measured or paid for under any other Unit Bid Item which may Unit Price.
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 —,
Payment for Bid Items listed or referenced in the "Payment" percent of invoiced cost of
clause of any material delivered to Job site or other storage area approved by the
y particular Section of the Specifications shall be Engineer.
;NM considered as including all of the Work required, specified, or 4. Change Orders — entitlement for a
ppreer.
be listed extra cost or
described in that particular Section. Payment items will generally generically completed extra work as determined by the Engineer.
g y 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:
ow item and "installed" under another payment item, such items shall 1. Five 5
be furnished FOB (5)percent for retained percentage.
project site or if specified in the Special 2. The amount of Progress Payments previously made.
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.
1 shall be the responsibility of the Contractor with regard to storage
Progress payments for work performed shall not be evidence
until such items are incorporated into the Work or, if such items of acceptable •erformance or an admission b the Contractin.
are not to be inco •rated into the work delivered to the a I licabie 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
incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work
the extent allowed. performed by a
subcontractor are subject to the provisions of RCW 39.04.250.
f SECTION 1-09.8(APWA)IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "HEADQUARTERS' MATERIAL
ow Page-SP-I5
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
iii
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) iii
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 1
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold progress payments iiii
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: II
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.
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 U
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, ,
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. 11111
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). t
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to mii
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 iiii
The Contractor shall designate the option desired on--the indicates the Work will not be completed within the Contract Time.
.. When calculating an anticipated time overrun, the Engineer will ,
make allowances for weather delays, approved unavoidable delays, id
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 t
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract IIII
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
retainage. Contractor's other obligations under the contract, including but not ii
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.
1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes, iiii
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) : it
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor t8 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). as 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 I
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.
Ili
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
Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3.
Oil
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 liii
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, 1
those departments or agency organizations. 1. no legal action has commenced to resolve the validity of S
the claims,and
2. the Contractor has not protested such disbursement.
ii
Page-SP-16
Revision Date:May 19, 1997
IN 1-09 Measurement and Payment - 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances, and
us
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract. 1
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).
MO payment made in good faith.
If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims
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:
WI 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 Final
Upon Acceptance of the Work by the Contracting Agency the • . . -•- -- - t. such information and details as
r 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
IN
a release: FOLLOWING:
I. 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)
usa
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
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
so of the Work. Superior Court of the county where the work is performed.
A payment (monthly, final, retainage, or otherwise) shall not For convenience of the parties to this contract, it is mutually
release the Contractor or the Contractor's Surety from any agreed that any claims or causes of action which the contractor has
obligation required under the terms of the Contract Documents or against the Contracting Agency arising from this contract shall be
to
the Contract Bond; nor shall such payment constitute a waiver of brought within 180 days from the date of Final Acceptance of the
the Contracting Agency's ability to investigate and act upon contract by the Contracting Agency. The parties understand and
findings of non-compliance with the WMBE requirements of the agree that the Contactor's failure to bring suit within the time
Contract; nor shall such payment preclude the Contracting Agency period provided shall be a complete bar to any such claims or
+ causes of action.
from recovering damages,setting penalties, or obtaining such other It is further mutually agreed b
remedies as may be permitted by law. Y a g by the parties that when any
Before the Work will be accepted by the Contracting Agency, claims or causes of action which a Contractor asserts against the
the Contractor shall submit an affidavit, on the form provided by Contracting Agency arising from this contract are filed with the
the Engineer, of amounts paid to certified disadvantaged (DB), Contracting Agency or initiated in court, the Contractor shall
the E permit the Contracting Agency to have timely access to any records
minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating
participating in the Work. Such affidavit shall certify the amounts
or paid to the DB,MBE,or WBE subcontractors regardless of tier. the claims or actions.
On Federally-funded projects the Contractor may also be 1-09.13 Arbitration
required to execute and furnish the Contracting Agency an affidavit
oil 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:
or 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)
accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be
Contractor has been provided the opportunity, by written request final and binding on the patties, unless the aggrieved party, within
um
from the Engineer, to voluntarily submit such documents. 1f 10 days, challenges the findings and decision by serving and filing
voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County,
impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to
II
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;
30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component
the certified letter from the Engineer requesting the necessary thereof;
r documents. This reservation by the Contracting Agency to 3. Is arbitrary and/or is not based upon the applicable facts
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 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
Is 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
no Page-SP-17
Revision Date:May 19, 1997
illi
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 10
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
c
itill
ontractor'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 proposal, they are not
by the contractor. specified in the Special Provisions as incidental, and the
accumulative cost for the use of each individual channelizing ill
1 40 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
Engineer will determine what is usually anticipated by a prudent
- SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price, price illil
FOLLOWING: 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. ill
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
III
unless a pay item is in the bid proposal for any specific decrease.
device and the Special Provisions specify furnishing, SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS
maintaining, and payment in a different manner for that WISED AS FOLLOWS
device;
iiiii
2. Furnishing traffic control labor,equipment, and supervisory 1-10.2(1)Traffic Control Supervisor(RC) (SA)
personnel for all traffic control labor; ..
3. Furnishing any necessary vehicle(s).to set up and remove Sir'=Tthe Contractor shall designate an individual or Ili
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
contro ..• . . •
4. Furnishin_ labor and vehicles for iatrollin: and maintainin r.• _
in position all of the construction signs and the traffic .•The TCS shall•assure that personally
control devices, unless a pay item is in the bid proposal to perfocm all the duties of the TCS are performed during the duration
specifically pay for this work;and of the contract.
um
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 eiii
of the traffic control plan is maintained and the revision
6. Removing existing signs as specified or a directed by the • . • • • _ !li __ is in conformance
engineer and delivering to the City Shops or storing and re- with established standards.
. installing as directed by the Engineer. r.: _• -• • - -. _ - .,. a
7. Preparing a traffic control plan for the project and
designating the person responsible for traffic control at the - - •
work site The traffic control plan shall 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.
iiii
8. Contacting police, fire, 911, and ambulance services to 1-10.2(2) Traffic Control Plans(RC)
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 iiii
standards. The Contractor shall continuously evaluate the
9. Assurin: that all traveled I.rtions of roadwa s are o l en 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.t correct any problems that become evident during operation.
and 3:00_2.m. to 6:00 p.m., or as specified in the special SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS: id
provisionsons,, or or as directed by the Engineer.
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 ?
well as any other appropriate signs prescribed by the Engineer, or iii
If no bid item "Traffic Control" appears in the proposal then required to conform with established standards, will be furnished
all work required by these sections will considered incidental and by Contractor.
their cost shall be included m the other items of work.
Page-SP-18 1i
Revision Date:May 19, 1997
rrr i-11 Kenton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item "Traffic Control"will be considered for an equitable
ire 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 other—costs for the work to < -•. .• z >
provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per-hour-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
or bid proposal- driver(s),and the appropriate pilot car sign(s)for any one-pilot
car operation. Any necessary flaggers will be paid under the
SECTION 1-10.3(6)IS REVISED AS FOLLOWS: item for traffic control-labor.
err 1-10.3(6) One-Way Piloted Traffic Control Through The Lump Sum unit contract price
Construction Zone P P per-hour-shall be full
r pay for all costs for the labor provided for performing those
r _ construction operations described in Section 1-10.3(1) and as
, _- z _ authorized by the Engineer.-Pay men* thi i+ n► b•• .,... z -_ .... . z « • The Lump unit• '' , _ . .. �
p Sum
contract price
N.
_ panel area shall be full pay for all costs for performing the
• • • • • • ••• z ,
work described in Section 1-10.3(3) and Section 1-10.3(4).
This payment will include all labor, equipment, and vehicles
necessary for the initial acquisition, the initial installation of
' Contractor-Furnished One-Way Piloted Traffic Control. The Class A signs, and ultimate return of all Contracting Agency-
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car furnished signs. '-
control area. Any necessary flaggers shall be furnished by the
es Contractor fir'
The Lump Sum unit contract price per.-day-shall be full
pay for all costs involved in furnishing the person(s)assigned
IN as the "Traffic Control Supervisor"-t»-ing an Enginee-
DELETE SECTION 1-10.4 AND REPLACE WITH: .All costs for the vehicle(s)required for
the Traffic Control Supervisor shall be included in the Lump
1-10.4 Measurement(RC) (SA) Sum unit contract price for"Traffic Control-Supervsior."
WI " • .- "
,. .
=
No specific unit of measurement will apply to the lump sum • - • " "
r.item of"Traffic Control". - - -
or SECTION 1-10.s IS REVISED AND SUPPLEMENTED AS " .
FOLLOWS:
1-10.5 Payment (RC) • ,. . _
ow
Payment for all labor, materials, and equipment described in
Section 1-10 will be made in accordance with Section 1-04.1, for _
the following bid items when they are included in the proposal:
ert "Traffic Control,"lump sum. •The lump sum contract price shall be full pay for all costs not " z .
covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price pew-day-shall be full
furnishin: installin:, maintainin• and removin: traffic control pay for all costs involved in furnishing the vehicle or vehicles
is devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(
conformance with accepted standards and in such a manner as to
maximize safety, and minimize disruption and inconvenience to the Labor"
public..
lille Progress payment for the lump sum item "Traffic Control"
1-11 Renton Surveying Standards
will be made as follows: 3'
a. When the initial warnin: sins for the be:innin: of the
ir 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
Professional Engineers and Land Surveyors under the provisions of
by progress payments. Chapter 18.43 RCW. y p
r
Page-SP-19
no Revision Date:May 19, 1997
I
1-11 Renton Surveying Standards 1-11 Renton Surveying StantLi
1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field nail
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)
conjunction with a minimum of two of the City of Renton's Survey Corner A ..int on a land bounda , at the . ncture of tw
Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such poin._
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 Monument Any physical object or structure of record w
the closure requirements of WAC 332-130-060. The control base marks or accurately references: iii
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 •
Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and
established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Oaf
comparable classification in future editions of said document. The and its successor the Bureau of Land Management includit
angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including
survey control shall be revealed on the face of the survey drawing, sixteenth corners;and
as shall the method of adjustment. iiii
The horizontal component of the control system for surveys • Any permanently monumented boundary, right of we
- using global positioning system methodology shall exhibit at least 1 alignment,or horizontal and vertical control points establi !
part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor inclus
ill
95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior
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) imi
August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for a
said document.. construction projects that will create permanent structures such
The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signa
NAVD 1988, the North American Vertical Datum of 1988, and light poles, or any non-single family building. Control or Fa
tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanet
benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may-
' the project site a tie to both shall be made. The benchmark(s)used observed for stakin: or "as-builtin_' while occuu ' : one s
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimun.
not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monument:
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Contra
throughout the duration of the
g project. Source of elevations Base Line Surve shall occ • each monument in turn and s.
(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, an
drawn to an appropriate scale. North orientation should be dell
1-11.1(3) Subdivision Information (RC) presented anb the scale shown graphically as well as noted. iiii
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-h..
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 Recorde
_-, Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and Al
-. shall reveal the controlling monuments, measurements, and comply with all provisions-of Chapter 58.09 RCW. E
methodology used in that retracement. photographic mylar of the drawing will be submitted to the City,q
Renton and upon their review and acceptance per the spec
1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with Illi
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
electronic data collector is used field notes must also be kept with a prepared on 22 .inch by 34 inch mylar, and the original o .i
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Rent°
station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements o
point. WAC 332-130-050 and shall conform to the City of Rento
Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbil
a description_ Point numbers shall be unique within a complete shall be used whenever ,.ssible and a le:end shall identi __
'ob. The 'referred method of joint numberin: is field notebook symbols used if each p int o marked by a symbol is not described a
pale and point set on that page Example The first point set or
each use
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on 1
No. 348.16.01,the second point would be 348.16.02,etc. drawing shall be submitted with each drawing. The listing show.
Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that,.
notebooks) provided by the City or the original field note book(s) the field notes), a brief description of the point, and northt
used by the surveyor will be given to the City. For all other work, easting, and elevation (if applicable) values, all in ASCII forrril
surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media.
ill
Page-SP-20
Revision Date:May 19, 1997
ar 1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.1(7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing(RC)
rr 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 1-
meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in
'u" 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
Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
NM
stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or
both recoverablilty and ry,
ty positive identification on recove 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
MI
(RC) cases the corner shall meet the requirements of section 1-11.2(1)
Topographic surveys shall satisfy all applicable requirements herein.
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
us 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
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).
its 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
qtr 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
iim
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
city) identifying the monument; point of intersection (PI), point of
1-11.1(10) Station—Offset Topography(RC) tangency (P1), point of curvature (PC), one-sixteenth corner, Plat
aim
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 83/91
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.
all
1-11.1(11) As-Built Survey(RC) 1-11.2 Materials
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)
al 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 1/2 inch diameter rebar 24 inches in length, durable metal
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
MN 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"
am 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
I-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page 11031 and permanently
surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number.
isi
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)
"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.
Jos The drawing and electronic listing requirements set forth in
section 1-11.1(6) herein shall be observed for all "as-built"
surveys.
am
4.
Am
Or Page-SP-21
Revision Date:May 19, 1997
4m
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
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 al
for his review and verification.
2-02 Removal of Structures and Any excavation or embankment beyond the limits 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
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions,as directed by the Engineer, shall be provided
by the Contractor at his sole expense.
FOLLOWS: All areas shall be excavated, filled, and/or backfilled as
necessary to comply with the grades shown on the Plans. In filled in
2-02.3(3) Removal of Pavement, Sidewalks, and and backfilled areas, fine grading_shall begin during the placement
Curbs (RC) and the compaction of the final layer. In cut sections, fine grading
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. Excavation for curbs and gutters shall be accomplished by t
cutting accurately to the cross sections, grades and elevations
shown. Care shall be taken not to excavate below the specified
5. 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 ' *• • •e - .- • • •• •-. .re not 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
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 toprevent the
2-02.5 Payment (RC) native materials from becoming saturated with water. The
2. "Saw Cuttin measures may include sloping to drain, compacting the native
g", per Lineal Foot. materials, and diverting runoff away from the materials. If the
3. "Remove Sidewalk",per Square Yard. Contractor fails to take such preventative measures, any costs or
4. "Remove Curb and Gutter",per Lineal Foot.
delay related to drying the materials shall be at his own expense.
S. "Cold Mix",per Ton If the native materials become saturated, it shall be the
6. "Remove Asl halt Concrete Pavement,"per square yard.
T. "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
other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were
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 I. At the discretion of the engineer, roadway excavation,
the Contractor. borrow excavation, and unsuitable foundation excavation - by the
a
Page-SP-22
p,,.,,-,,,, nnfn• ifmr 10 1007
2-04 Haul 2-09 Structure Excavation
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:
mrs
2-03.5 Payment (RC) 2 .5 Payment (RC)
Subgrade preparation and maintenance including watering
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
rat are included in the proposal: thereof shall be included in the appropriate unit or lump sum
I. "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
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 Section-1 04.4 Item 3 of this payment section. In this FOLLOWING:
case, all items of work other than roadway excavation shall be paid
at unit contract prices. 2-09.1 Description (RC)
The unit contract price per cubic yard shall be full pay for This work also includes the excavation, haul, and disposal of
excavating, loading, placing, or otherwise disposing of the all unsuitable materials such as peat, muck, swampy or unsuitable
- . •.- .- - materials including buried logs and stumps.
material. -e
tThe unit contract price per cubic yard shall 2-09.3 Construction Requirements
trr 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
ire and disposing of the material. -. - ' ._ limits shall be included in the unit contract price for structure
excavation, Class A or B.
- • -- - The unit contract price per
cubic yard shall include haul. !• _ r•
If the contract includes structure excavation, Class A or B,
r.. including haul, the unit contract price shall include all costs for
• loading and hauling the material the full required distances
r•: _ _ otherwise all such disposal costs shall be considered incidental to
• - ••.•• - • •... • !Payment for the work.
no 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:
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
Plans or by the ton as measured in conformance with section 1-09.2. f
SECTION 2-04.5 IS REVISED. AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
no FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
2-04.5 Payment (RC) specific separate pay item is included in the contract for gravel
backfill for pipe bedding.
.„1! insludecl4p-tho-pr-eposal; • SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
1. "Haul",per 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
are included in the proposal:
"Structure Excavation Class A",per cubic yard.
Is "Structure Excavation Class B",per cubic yard.
"Structure Excavation Class A Incl.Haul",per cubic yard.
"Structure Excavation Class B Incl.Haul",per cubic yard.
The unit contract price per cubic yard for the bid items listed
stir 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
price of other items of work if 'Structure Excavation" or
ire Page-SP-23
Revision Date:May 19, 1997
art
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.
iti
i
t
Page-SP-24
Revision Date:May 19,1997
3 No supplemental specifications were necessary 4 No svpptemental specifications were necessary
Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling Bases
No
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
rn
tier
11111
e._
wr Page-SP-25
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavenu
Division 5 (2) - .
Surface Treatments and Pavements r
sainplec toWhen a sample from uncompacted mix is needed !
Contractor shall ensure that the samples can —be obtainer.
5-04 Asphalt Concrete Pavement accordance with WSDOT Test Method 712.
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS hauling-vehicle.
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purii
5-04.3(8)A Acceptance Sampling and Testing(RC) of acceptance sampling and testing, a lot-is is-shall-be defines,
the
1. General. Acceptance of asphalt cement concrete shall be total quantity of material or work produced for each job m
as—provided under- statistical a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expected to occur
Determination of-statistical-es nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class. "
Dense graded mixes(asphalt concrete pavement Classes A,B, !' ''•
E, F, and G) shallwill be evaluated for quality of gradation on a — —
dailyiet basis by the Contractor. This gradation analysis shall be - - • The JM
- based on WSDOT Test Method 104 and the results delivered to the is defined in Section....
Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not
information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval o
En
with Section 9-03.8(6)A.2.-and A-asphalt content shall be tested atgtneer'
• the Eengineer's discretion if the Compaction Pay Factor(Section 5-
�_F
04.3(10)B)falls below 1.00.
The Contracting Agency may take their own independent
:radation sam'les at the stock•ile to confirm the :radation testin:
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
the costs of the sampling and testing shall be borne by the
Contractor. If the tTest results vary from the Contractor's data •- - . ' _ '� '
ace-within the ranges listed above , then Sampling and testing for nonstatistical acceptance shall t
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of..
Agency.•,:. : -,,, ••• • ,. • - sample-- -
sam le for each sublot of 400 tons or each day's
.. - P Y
• •-" - - - whichever is least. When proposal quantities exceed 1,200 ton
a class of mix under nonstatistical acceptance, sublot size shall t
r • determined to the nearest 100 tons to provide not less than t
•
uniform sized sublots, based on proposal quantities, wit
maximum sublot size of 800 tons.
- -
C. Test Results. The Engineer will furnish the Contracts
' with a copy of the results as they become available.
e .. • '
- •. 2_ •• - .. .. - .. •. -. - - _ _-• ••• -- ti - - H
• D. Test Methods_ When sample testing of asphalt conteri
necessary, Aacceptance testes for compliance o€asphalt-cork
will use the Nuclear Asphalt Gauge Procedure; WSDOT
2. Aggregates. _Aggregates will be accepted for sand 'i1
Method 722-T. When sample testing of gradation is necessary
-` equivalent and fracture based on their conformance to the Aacceptance testing for compliance of gradation will use the Q
requirements of Section 9 03.8(2)_ Determination of Aggregate Gradation using Alternate Sol '•
evaluation.
Procedure;WSDOT Test Method 723-T.
3. Asphalt Cement. Asphalt Cement will be accepted to* E. Reject Mixture
tests-based on their-conformance to the requirements of Section 9- (1) Rejection by Contractor. The Contractor may, pn
02.1(43). Testing of asphalt properties to assure certification shall sampling, elect to remove any defective material and replae,
be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. .
the asphalt cement changes, a new job mix formula (IMF)shall be such new material will be sampled, tested, and evaluated fc
evaluated and approved. acceptance.
43. Asphalt Concrete Mixture (2) Rejection_by Engineer Without Testing
A. Sampling The Engineer may, without sampling, reject any batch, load,
(1) A sample will not be obtained from either the first or last section of roadway.
25 tons of mix produced in each production shift.
Page-SP-26
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
material that appears defective in gradation or asphalt cement SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING
rrr
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into anythe pavement. Any rejected section of
compacted roadwaypavement 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 Contractor elects to have the Renton Comprehensive Water System Plan to identify locations of
rejected material tested,a minimum of three representative samples A.C.lines.)
AW will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)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,
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
rrr
• .. •-•_. .. . _ •- • using the definition of a sublot described in Section 5-04.3(8). The
•• '- ' specified level of relative density shall be
. . .. _ .. .. •• .. _ _ •!t •_ 1.1 .. _ .
.. • _'• .• • •• . • . 921•.0 percent of the
Acceptance of the initially reference maximum density
rejected suspected material will use the acceptance sampling and Method-705._The reference maximum density shall be determined
testing methods. If the material does not fall within the job mix as that developed in the job mix formula(JMF)the-moving-average
formula tolerances of Section 9-03.8(6)A, the mix will be rejected :- : :-••'• ',
to and all costs associated with sampling, testing and removal shall be . If the Contractor chooses, a moving
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
so
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
remain subject to the compaction adjustment of Section 5-04.3(10) evaluation--of three five 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
wrr the Contracting Agency. placed (after completion of the finish rolling) at locations
determined by the stratified random_•'_. . ••• . . !• _ • •• • within each density lot
tf . • •• ".•- • •• !! •
• less,.The Engineer will furnis a copy of the
• :: -'• results of all acceptance testing performed in the field as soon as
the results are availabl•• .- -_ •_• . • _•• •• - . . . . . .
••.•••• •• - • ` -- ••. • •_ • • ••• . • _ • 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-
detained.
For compaction lots falling below a CPF of 1.00 pay-factor
and thus subject to price reduction or rejection, cores may be used
' _ --- r• as an alternatives to the nuclear density gauge tests. When}cores
.. . _ .
- • • - - _. ... '- _ . _ • after paving.—When the Contracting Agency requests cores and the
level of relative density within a sublot is less than 92.0 percent,
•.. •- • !± _. . . - •. a l e cost-• _ • _ .•. . . .. . ... f o r• the-coring
and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relative density within a
• - '- ! sublot is greater than 92.0 percent, the cost for coring and testing
shall be borne by the Contracting Agency.
shall-be-25-percent,
.
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_
eir Page-SP-27
Revision Date:May 19, 1997
•
5-04 Asphalt Concrete Pavement
P 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 (921 percent SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH
of the reference maximum density i THE FOLLOWING:
Method--705). If a compaction test section is requested, a r
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 ,t
Nonstatistical Acceptance-Each lot of asphalt concrete Ili
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 f
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.
Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC
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 Pay
density, the Engineer may also isolate from a normal lot any area Factor �� 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 S randomly located density tests will be taken. associated relative density.. '
The isolated area will then be evaluated for price adjustment in
accordance with this • tion, considering ! `'
it as a separate-sublotlet.
SECTION 5-04.5 IS REVISED AS FOLLOWS:
Relative Density Compaction Pay Factor
5-04.5 Payment (RC) (average of three tests)
"Misc and/or Driveway Asphalt Conc. Approach Cl. >92.0 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
part of other paving work. 90.5 0.91
" .. •• ^ . 90.0 0.85
89.5 0.80
89.0 0.75
tr
j
Page-SP-28 11
Revision Date:May 19,1997
6-12 Rockeries 6-12 Rockeries
Division 6 and have a stable appearance. The rocks shall be carefully placed
by mechanical equipment and in a manner such that the longitudinal
irr 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.
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
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
rrr 6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of
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
sulphate in accordance with aashto t104, the loss through cone- 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)
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 done,
Jtr Pe Y g 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
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
sir site. 6-12.4 Measurement (RC)
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
to 600 pounds) each 13" in its least dimension; three-man rocks made from the footing grade to the top of the wall and rounded to
(800 to 1,200 pounds) each 16" in its least dimension; four-man
the nearest square yard.
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.
arty 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,
lost 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.
rn The walls shall be started by excavating a trench, not less than
6 inches or more than one foot in depth below subgrade in
excavation sections, or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
au+ Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as possible upon the
completion of the cut or fill section.
ler 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
in any direction. The rocks shall be placed and keyed together
with a minimum of voids. Particular attention shall be given to
MI the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be placed
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
Page-SP-29
Revision Date_May 19, 1997
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 l�
Drainage Structures, Storm Sewers, regard to a kind of culvert pipe,pipe arch, or end sections, it shall
Sanitary Sewers, Water Mains, and understood that steel is zinc coated with Asphalt Treatment I ""#
(galvanized) or aluminum coated (aluminized) corrugated iron or iti
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 4
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:
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)
opted specify ion of the Contractor unless the Plans ecify the type to be 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)
7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8
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: E`'
jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment(RC) iii
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 tlfiM'
PE or ABS drainage tubing underdrain pipe shall be jointed with foot with Asphalt Treatment I.
snap-on, screw-on, or wraparound. coupling bands, as "St. Str. Plate Pipe Arch Gage Ft. In. Span",
LI
recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatment I.
tan
"St. Str. Plate Arch Gage Ft. In. Span", per
SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I. 1
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 associate_d with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra x
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 Materials(RC) I illii
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 of
Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
lid
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 1 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)
S
II
olid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
ail
Page-SP-30
Revision Date:May 19, 1997
o 7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins
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
FOLLOWING: FOLLOWING:
ii.r 7-04.3(1)B Pipe Bedding(RC) 7-05.3 Construction Requirements (RC)
Pipe bedding for PVC sewer pipe shall consist of clean,
granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have
placed to a depth of 6" over and 6" under the exterior walls of the ladders.
iw pipe- SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
7-04.3(2) Laying Storm Sewer Pipe FOLLOWS:
+rw SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
Grade (RC)
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•SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE elevation. N• ••. . .• .• _• . •••
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
sok
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
rtr 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
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
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
tw 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.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins and
FOLLOWS: similar structures shall be constructed and adjusted in the same
manner as outlined above except that the final adjustment shall be
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
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
standard plans, shall be considered incidental to the pipe and no y pavement shall be cut in a
restricted area and base material be removed to permit removal of
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
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
placed so that the entire volume of the excavation is replaced up to
within but not to exceed 2 inches of the finished pavement surface.
On the day following placement of the concrete, the edge of the
asphalt concrete pavement, and the outer edge of the casting shall
be painted with hot asphalt cement. Asphalt Class G concrete shall
then be placed and compacted with hand tampers and a patching
roller. The complete patch shall match the existing paved surface
for texture,density,and uniformity of grade. The joint between the
trr Page-SP-31
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
t
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) ai
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
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 "
price of the new item and no furthur coin
final adjustment of the top of the inlet will be performed in similar p compensation shall be made.
tili
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 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 iii
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(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 per each.
concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS IIII
asphalt cement. Adjustments in the inlet structure shall be FOLLOWS:
constructed in the same manner and of the same material as that -1,
required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment (RC) '
Ili
and plastered. "AdjustManhole Existing ," per each.
Monuments and_cast iron frame and cover: Monuments and
monument castings shall be adjusted to grade in the same manner The unit contract price per each for "Adjust
Existing " " " shall be full pay
Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration
made in the same manner as for manholes, of adjecent areas in a manner acceptable to the Engineer.
"Structure Excavation Class B",per cubic yard.
SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl.Haul",per cubic yard.
in
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 a,
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. I
specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin,"per each. Ali
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 %
la
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 rt
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
Iii
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:
lit
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 iii
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
.lace resultin: from the Contractor's o• rations shall be re'aired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced iii
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 iii
together,except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
Iiii
Page-SP-32
Revision Date:May 19, 1997
so
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
so 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.
to 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
pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be
ao 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
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.
so minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight
between the changes in alignment and at uniform grade between
SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement,
7-08.3(2)J Placing PVC Pipe(RC) the pipe shall be placed with the minor axis of the reinforcement in
tut 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
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.
lei
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 joint 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
Engine in a manner consistent with accepted practices.
alt 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
sot have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall
have an "0" ring rubber gasket meeting ASTM C-478 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.
SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
ar 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
sr
Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the
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
ow 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
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
3110 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
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.
sr
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
determined b the ENGINEER. Such damaged linin: or coatin: 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
is
installed. specified in Section 2-09.4.
The CONTRACTOR shall inspect each pipe and fitting prior
to installation to insure that there are not damaged portions of the
saw pipe. Any defective,damaged or unsound pipe shall be repaired or
replaced. All foreign matter or dirt shall be removed from the
interior of the pipe before lowering into position in the trench.
Oa Page-SP-33
Revision Date:May 19, 1997
,
a
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 I (SA) 7-11.3 Construction Details (RC)
Payment will be made in accordance with Section 1-04.1 for
Oh
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 741.3(4)A HAS BEEN REVISED AS FOLLOWS:
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or
4
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 ii
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.
SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS:
7-10 Trench Exc., Bedding, and Backfill for 0
Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 inches
and Over)(RC)
- SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water
le
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 elk
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 iii
• -yar& 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 iiii
. •- - • - . - . 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. ifs
4. "Bank Run Gravel for Trench Backfill", per cubic yard 711.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND
or ton. REPLACED BY THE FOLLOWING
The unit contract price per cubic yard or ton for "Bank Run
Ili
Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC)
furnish,-k 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:
Pa ment at the unit contract rice for "foundation material" 7-11.3(9)A Connections to Existing Mains(RC)
.. .,shall be full compensation for excavating and disposing of the
ii
unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection
material per Section 9-30.7B(1). during times other than normal working hours. The Contractor
shall not operate any valves on the existing system without-specific
. 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.
When not stated otherwise in the special provisions or on the t
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connections:
ili
Page-SP-34
Revision Date:May 19, 1997
•
MP
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
Connections to existing piping and tie-ins are indicated on the registering 1 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:
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:
'e 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.
am
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.
O and labor necessary to properly complete the work are assembled *
on site. Allowable leakage per 1000 ft. of pipeline*-in GPH
The Contractor shall provide all saw-cutting, removal and
disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches
Ile 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 1.50 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
NO 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
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
NI
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
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 741.3(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
Ise 7400
7-11.3(11) Hydrostatic Pressure Test (RC) L N1
A hydrant meter and a back flow prevention device will be
used when drawing water from the City system. These may be in which
obtained from the City by completing the required forms and L = Allowable leakage, gallons/hour
making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested
me
water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches
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 h•• • . _ . - . . . . . . ... • . _..
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
expelled, the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS:
pressure applied. At the conclusion of the pressure test, the
so corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and ' oly-pigging"(RC)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be flurhedpoly-
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
'pit furnish the water necessary to fill the pipelines for testing purposes of-the main,-the 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
normal system operation. the main.
rrr 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, 2Ib/cu-ft density foam with 90A durometer urethane
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.
iill
visible leakage. A clean container shall be used for holding water .
for pumping up pressure on the main being tested. This makeup a
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
Of 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
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
Os displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand
! ' Page-SP-35
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains a nstallation for Water Mains
7-11 Pipe Installation
1
SECTION 7-I1.3(12)D HAS BEEN DELETED AND Joint restrainer system components:
REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip
7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for
Dry calcium h 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile :
ry 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) joints 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/I. 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 Hushing and Testing(RC) Tiecoupling: used to extend continuous threaded rods and are
provided with a center stop to aid installation, zinc plated or hot-
Before placing the lines into service,a satisfactory report shall dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563,
be received from the local or State health department or an grade C3. SIO: for 5/8" and 3/4" tierods,ASTM A563, grade A. ,
approved testing lab on samples collected from representative
points in the new system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths, aik
bacteriological tests obtained by the Engineer. zinc plated or hot dip galvanized. SS12: 5/8" and 3/4" diameter,
ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter,
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 Blocking and Dead-Man galvanized. SS17:ASTM A242,F436. S17:ANSI B18.22.1,
Block(RC) Installation:
Provide concrete blocking at all hydrants, fittings and Install the joint restraint system in accordance with the
horizontal d or vertical concrete
manufactures instructions so all joints are mechanically locked II
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.
All fittings to be blocked shall be wrapped with 8-mil polyethylene Torque nuts at 75-90 foot
plastic. Concrete blocking shall be properly formed with plywood q pounds d i fan a 4n nuts.a Installs. Arrange 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
plans. The dead-man block shall include reinforcing steels, shackle Pipe Diameter Number of 3/4"
rods,installation and removal of formwork. Tie Rods Required
0
Blocking shall be commercial concrete (hand mixed concrete 4" 2
is not allowed)and poured in place. 6" 2
8" 3
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10" 4
12" 6 t
7-11.3(15) Joint Restraint Systems (RC) 14" 8
General: 16" 8
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) Ili
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
"SS"series. with a flan!e b mechanical 'oint ada ster shall be used instead so iii
Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts.
ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is required m be restrained,
ASTM A123 for galvanizing rolled, pressed and forged steel no run of restrained pipe shall be greater than 60 feet in length
shapes. between fittings. Insert long body solid sleeves as required on iii
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.
iii
Page-SP-36
Revision Date:May 19. 1997
MO 7-12 Valves for Water Mains
7-12 Valves for Water Mains
Where poly wrapping is required all tiebolts, tienuts, 742 . Valves for Water Mains
ow tiecouplings, tierods, and tiewashers, shall be galvanized. All
disturbed sections will be painted, to the inspectors satisfaction,
with koppers bitomastic no. 300-m,or approved SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS:
pp equal.
tilif 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 7-12.3(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
rra
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
payment shall be made. 18 inches of the post exposed above grade.
SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
lie
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-I2.3(2)IS A NEW SECTION.
included as separate pay items. If not included as separate pay
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
4r 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
mains will be per each for each connection to existing water to, the locations shown on the Plans.
tos
main(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.
7-11.5 Payment(RC) In the event that the existing valve box is plugged or blocked
IN " 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.
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
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
tra
insertion and removal of poly-pigs, temporary thrust blocks and 7-12.4 Measurement
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
two 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.
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
Dead-Man 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:
AI 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.
concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified
item is not included in the contract schedule of prices, then thrust size, shall be full pay for all labor, equipment and material to
NINO 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
to
The unit contract price per each connection to existing water as required, valve nut extensions,adjustment to final grade.
mains shall be for com'lete corn.ensation for all I ui.ment,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
In
furnish and install the valve complete in place on the water main,
including trenching, jointing, blocking of valve, by-pass assembly,
cast-iron casting and cover, ladder rung, concrete risers as
required, adjustment to final grade.
Hit "16 inch and larger Butterfly Valve and Concrete Vault," per
each.
Oil Page-SP-37
Revision Date:May 19, 1997
Hydrants a
7-14 H
y 7-14 Hydrants
i
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
,
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.
"Air-Release/Air-Vacuum Valve Assembly," per each. hydrant). All rubber gaskets shall be replaced with new gaskets of
The unit contract price per for air-release/air-vacuum valve the type required for a new installation of the same type.
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 II
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 7-14.5 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
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
IN
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, 00
tie rods, concrete blocks, gravel, and painting and guard posts
required for the complete installation of the hydrant assembly as 9
specified. The pipe connecting the hydrant to the main shall be ''
considered incidental and no additional payment shall be made.T 1
7-14 Hydrants
as-spocifie,d-in-Suction-7-1-1..5. -4
"Resetting Existing Hydrants",per each.
7-14.3 Construction Details (RC) The unit contract price per each for "Resetting Existing el
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
portion of the hydrant shall be painted with enetwo field coats. The gpecified4n-gestion-7-144. Guard posts, shown on the plans shall sit
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
Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing Ai
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 hydrant), 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 •ro•ect all fire h drants shall be ,ainted to The Cit of Renton the main shall be considered incidental and no additional payment 'ila
specifications and guard posts painted with two coats of shall be made • • .• . ••- • • — • ••• -'• ••- ' •
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. tic
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,
bit
Page-SP-38
Revision Date:May 19, 1997
so
7-15 Service Connections 7-17 Sanitary Sewers
7-15 Service Connections SECTION 7-17.3(2)11 IS SUPPLEMENTED BY ADDING THE
ow FOLLOWING:
SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)11 Television Inspection (RC)
Once the television inspection has been completed the
ion
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
IP shall be installed by a trenchless percussion and impact method will be run at standard speed SP(I 5/16 I.P.S.).
(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:
on SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC)
7-15.5 Payment (RC) The length of sewer pipe will be the number of linear feet of
completed installation measured along the invert and will include
aro
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.
.61 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 (hoe- Section 7-17.3(2) will be the number of linear feet of completed
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
tart 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
7-17 Sanitary Sewers tickets.
Am
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS:
7-17.5 Payment (RC)
7-17.2 Materials (RC) (SA) Payment will be made in accordance with Section 1-04.1, for
AO Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Conc. or V.C. Sewer Pipe _ In. Diam.", per linear
Concrete ABS-Composite foot.
rar
Vitrified-Clay. PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe_ In. Diam.", per linear
Ductile Iron foot.
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
Vitrified Clay Sewer Pipe 9 05.5 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,
as Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and
L.
' f- • adjustment of inverts to manholes for the completion of the
installation to the required lines and grades.
All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe",per linear foot.
NO 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.
"Removal and Replacement of Unsuitable Material", per
7-17.3(1) Protection of Existing Sewerage Facilities
(RC) cubic yard.
tag 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
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.
Ss trap until the new system is placed in service and then to remove it. "Bank Run Gravel for Trench Backfill Sewer", per cubic
' Any construction debris which enter the existing downstream yard,or Ton.
s stem, shall be removed b the contractor at his ex. nse and to The unit contract price per cubic yard, or Ton for "Bank Run
first manhole is set, it's Gravel for Trench Backfill Sewer"shall be full pay for all work to
the satisfaction of the Engineer. When the
r" outlet shall be plugged until acceptance by the Engineer. furnish, place,and compact material in the trench.
"Television Inspection",per Lump Sum.
O Page-SP-39
Revision Date:May 19, 1997
•
8-09 Raised Pavement Markers 8-14 Cement Concrete Side
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING 1
FOLLOWING: Ail
Miscellaneous Construction 8-13.5 Payment
"Reset Existing Monument"per each.
8-09 Raised Pavement Markers Resetting an existing monument impacted by construction
be incidental unless included as a pay item in the Schedule c
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
SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING ligg
are included in the proposal: FOLLOWING:
"Raised Pavement Marker Type 1",per eachltundred.
"Raised Pavement Marker Type 2",per eachhundred.
8-14.3(4) Coring(RC)
"Raised Pavement Marker Type 3- In.", per I
eachhundred The Contractor shall have readily available suffices
"Recessed Pavement Marker",per eaclthaad•ed. protective covering, such as waterproof paper or plastic membra,.,
The unit contract price per eachhtutdred for"Raised Pavement to cover the pour of an entire day in the event of rain or alb
. 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 barricad
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
with these Specifications including all cost involved with traffic replaced at the expense of the Contractor.
control .. .. . . ... . 0 n l e s s• s traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING Ta.•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 includes '
costs for the corn I lete installation . r the .lam and standard der ;.
8-13 Monument Cases - including expansion joint material, curb and gutter and rant
sidewalk section. Sawcutting, removal and disposal of excavates
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crus
FOLLOWS: surfacing base materials and all other work, materials ig
equipment required per Section 8-14 shall be included in the ,
8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete"unless any of the
This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate
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 Rant
the Plans or as staked by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, 14
supplied surveyor. quantities shall be measured with and paid for under the bid ite_
for Curb and Gutter and for Cement Concrete Sidewalk.
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the paymen
FOLLOWS: shall be included in the pay item for "Miscellaneous and'
Driveway Asphalt Concrete." };
8-13.3 Construction Requirements Ill
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING T.
The monument will be furnished and set by the Engineer or by FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the 8-14.5 Payment(RC)
x- Contractor shall be responsible for assuring that a registered "Curb Ramp,Cement Concrete,"per each.
surveyor references the existing monuments prior to construction. Payment for excavation of material not related to
After construction is complete, the monuments shall be re-
established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk
be placed, when and if shown in the Plans, will be made
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 dispol
8-13.4 Measurement regardless of the depth required for constructing the sidewalk to Li
lines and grades shown, and shall include all costs thereof in .....
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewa
impacted by contruction 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
Revision Date:May 19, 1997
mos
8-17 Impact Attenuator Systems p y 8-20 Illumination,Traffic Signal Systems,and Electrical
8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
ow which prove necessary for the completion of the project.
THE STATE AMENDMENT TO SECTION 8-17 IS The minimum width for the trench will be at the option of the
SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will, however, be of sufficient size so
that all of the necessary conduit can be installed within the depths
err 8-17.5 Payment (RC) specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
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)1).
to pay item for "Traffic Control.'
SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC)
es and Electrical
8-20.2 Materials 02.3(14)C. -
vas
Where obstructions prevent construction of planned
SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
FOLLOWING: satisfactory to the Engineer.
wr 8-20.2(1) Equipment List and Drawings(RC) '
so
The Contractor shall submit for approval six sets of shop ground4i "
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.
SS 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.
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.
"w Concrete shall be placed against undisturbed earth if possible.
Disturbed earth or backfill material shall be compacted to 95
percent of the material's maximum density. Before placing the
NI
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
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-
MO 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.
ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period, the contractor may install the applicable device
vas 8-20.3(2) Excavating and Backfilling (RC) thereon.
The contractor shall supply trench within the unit widths and
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 Type of device Dimensions
Ho
site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia.
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.
so Trenching for conduit runs shall be done in a neat manner Signal Controller See Detail Sheet
with the trench bottom graded to provide a uniform grade. No Street Light Control Cabinet See Detail Sheet
work shall be covered until it has been examined by the engineer. Special Base See Detail Sheet
backfill material used for fill around and over this conduit system
++n' 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 I. Where sidewalk or raised islands are to be constructed as a
which shall consist of 5/8th inch minus crushed surfacing top p of this project, the top of the foundation shall be made
'w course or other material as indicated in the special provisions or flush with the top of the sidewalk or island. (See detail
schedule of prices and directed for use by the engineer. The source sheet)
and uali of the material shall be sub"ect to a roval b 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 part and incidental to the excavation in accordance with the plans or as located by the engineer in the field.
Is the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by tLe Engineer. The
10" Page-SP-41
Revision Date:May 19, 1997 -
1
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical tl
tt
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 flii
in the Plans or Special Provisions.
8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or
Bushings- Wall thickness of conduit shall be consistent within pi
locations: continuous conduit runs with no mixing of different schedule types
between terminations.
The contractor shall provide and install all conduit and
necessary fittings at the locations noted on the plans. Conduit size aii
shall be as indicated on the wiring and conduit schedule shown on
plans.
Conduit to be provided and installed shall be of the type
utilitiez• indicated below: 'SI
I. 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 V.
- _ 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 Illl
environmental conditions.
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING THE
FOLLOWING_ i
8-20.3(6) Junction Boxes
The contractor shall provide and install junction boxes of the
type and size at the locations specified in the plans and as per detail Q.
sheets.
The inscription on the covers of all junction boxes shall be as -
indicated below:
1. Street lighting only: "Lighting"
2. Signal only: "Signals"
3. Traffic signal and street lighting: "TS-LT"
slipfeuned-barrier' 4. Telemetr
itaiy only: "Telemetry"
Inscriptions on junction boxes performing the same function,
r.. i.e. street lighting, traffic signal, or both, shall be consistent
_ throughout the project. All junction boxes shall be installed in
• conformance with provisions contained in the standard plans and alit
detail sheets.
The unit contract price per each for "Type I" or "Type II" s
junction box shall be full compensation for furnishing same and for
all costs of labor, material, tools, and equipment necessary to III
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.
install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be
conform to the following: installed on compacted sub grade which shall include six inches of
I. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed ai
deep. The cuts shall be parallel to each other and extend 2 feet one under and around the base of the junction box. Concrete shall be
(I)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
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 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box
grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the
crushed surfacing and the concrete pad shall be incidental to the
unit price per junction box and no further compensation will be iiii
made unless the contract includes separate pay items for "crushed
5. Trenches located within paved roadway areas shall be
restored per the Renton Standard Detail. surfacing"and/or for"concrete pad." x
•r., .. t
tit
- - 'n, followed
Page-SP-42
Revision Date:May 19, 1997
too
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
ittr FOLLOWS: necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost
opi
of energy used for public benefit, when such operation is ordered
by the Engineer,will be borne by the State City.
Three types of power service are used as indicated below:
• I. Type I system shall be single phase 120 volt, 2 wire, 60 cycle
Ito .
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)
ow • . 3. Type III system shall be single phase 120/240 volt, 3 wire 60
,. ., .. .., - .•• •• cycle AC. (street lighting contactor/traffic signal, grounded
d
neutral service)
The power service point shall be as noted on the plans and
ono 4.
shall be verified by the electrical servicing utility.
Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service
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
NI shall be series C using stencils and black enamel alkyd gloss paint
accomplished as required under the Code. Grounding of the neutral S ky g p
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:
_ • • • - - - - . •. . . -•. t. - .. 8-20.3(11) Field Test (RC)
on
itto
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,
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
Ow 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.
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
w 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
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.
'1' in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required
for signal turn on.
SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan
out
FOLLOWS: before requesting signal turn on date. Any deletions of
channelization prior to turn on must be approved by the
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
M+ 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:
8-20.3(13)A Light Standards (RC) (SA)
11N Page-SP-43
Revision Date:May 19, 1997
lii
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 iii
luminaire weight of 50 lbs_ or more and to withstand pressures
! �•• • 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.
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:
' • The davit style arm shall incorporate a 5'9" radius bend i
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.•. • _ . - . . . a. _ . Anchor Base:
1.
the-irregularities. A one piece anchor base of adequate strength, shape and
IMP
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 four
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall 4
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 .
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall iii
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
la
installed plumb, ± 1 degree. moment of the pole shaft at its yield point
• The contractor shall assure that all anchor bolts conform to the illi
Standard-P-lane- 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 VP
anchor bolts meet these specifications.
Miscellaneous Hardware: •
- All hardware (bolts, nuts, screws, washers, etc.) needed 4
• _ to complete the installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall supply and install a combination of
foundation. 4-digits and one letter on each pole, whether individual luminaire iii
or signal pole with luminair. The letter and numbers combination
shall be mounted at the 15 foot level on the pole facing approaching
traffic. Legends shall be sealed with transparent film, resistant to
'- - _ dust,weather and ultraviolet exposure. The decal markers shall be id
• 3 inch square with gothic gold,white feflectorized 2 inch legend on
Standard-Mons. a black background. The I.D. number will be assigned to each 4
• . .. pole at the end of the contract or project by the City traffic
"- engineering office. V.
Cost for the decals shall be considered incidental to the
contract bid. 4
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 oi
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-E-489. 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 kil
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. z
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 ti
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 ■•le base date shall be filled with a d .ack mortar :rout and
•
NI
Page-SP-44
Revision)?ate-Most 19- 1997
Ole
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION:
inn base plate.
Dry pack mortar 8-20.3(14)F Opticom Priority Control Systems(RC)
y p grout shall consist of a 1:3 mixture of )
portland cement and fine sand with just enough water so that the All new Opticom Priority System components shall be 500
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
via and will not exude moisture when so pressed_ A one half inch
drain hole shall be left in the bottom of the grout pad as shown on cabinets shall have the 562 harness wired into the cabinet by the
the standard detail.
supplier.
III SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
FOLLOWING:
8-20.3(15) Grout (RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
mr► All signal conductors shall be stranded copper pper 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
yes
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
ow 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
of the correct type of connector and crimping with pliers, wire FOLLOWS:
cutters, etc., will not be allowed. All wiring inside the controller
wI 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
shall be permitted unless otherwise indicated on the plans. All illumination system , traffic signal stem
conductor runs shall be attached to appropriate signal terminal — y
boards with pressure no specific unit of measurement
p 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(I4)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.
lint 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
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions_
jar 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.
tato
AS FOLLOWS: "Traffic Signal ystem ", lump
S-20.3(14)E Signal Standards(RC) sum."
3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System ",shall be installed in any signal standard supporting a '
so and "Traffic Signal ystem ", and
luminaire. .•- ••• • ..' . " _• -.• - . . .•• _" all be full pay for furnishing
e ,T .t.,__,e___ , ,r ,, all labor, materials, tools, and equipment necessary for the
construction of the complete electrical system, modifying existing
t'" 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 De•artment of Tran •ortation Si_ al wiring, restoring facilities destroyed or damaged during
Standard Seecifications and current •re a•'roved Mans b construction, salvaging existing materials, and for making all
ow 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
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 !. . "••arr nuts and bolts will not be permitted.
•
Tools shall be of a sufficient size and strength to achieve " —
adequate torquing of the nut(s).
vat
Page-SP-45
Revision Date:May 19. 1997
8-20 Illumination,Traffic Signal Systems,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
prices.
syste-chew+- 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 shld 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 iii
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 MI
"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 t>�
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 iii
*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 ,ti
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 iii
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. till
"...,...." 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 ii
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, removin_ and salva:in or re-installin_ existin_
depth of the trench. No payment shall be made for additional equipment, plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials, ile
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
watt...Luminaire and lamp with photocell,"per each. detail sheets. f
" AWG....copper wire,"per linear foot. "Remove existing Foundation," per each.
"Service cabinet, "per each.
VI
Page-SP-46
Revision Date:May 19. 1997
ow
8-22 Pavement Marking
8-22 Pavement Marking
The unit per each price for `Remove existing foundation" Traffic ILegend
ow shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
proportionusing alphabetical letters.,
o 8-22 Pavement Marking
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:
lii Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC)
A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
tow
or"skip"pattern shall be based on a-44-feot 24-foot unit consisting within a-40-foot 24 foot length of skip stripe shall not exceed plus
of a-10-foot 9-foot line and a-30-feet 15-foot gap. Skip center or minus 1 inch.
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.
ow 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
separated by a 4-inch-or-12-inch 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 and a
ow and for channelization.
Goro-StripeApproach Stripe
A SOLID WHITE line, 8 inches wide, used-at-freeway
••• ' - '•. • •• -• to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION:
MI from through lanes, for traffic islands, and for hash marks. Hash
mark stripes shall be placed on 45 degree angle and 10 20-feet 8-22.3(7) Removal of Traffic Markers(RC)
apart. — The work to remove all old or conflicting stripes, lines,
ow
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
broken or "skip" pattern shall be based on a-40-foot24-foot unit compensation shall be made unless a separate pay item or items are
consisting of a 10-foot 9-foot line and a-30-foot 15-foot gap. provided for such removal.
OW
Drop Lane Stri��Ski Approach Line)
SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS:
delineate a lane that ends-at-an-off-ramp. The broken or "skip"
we pattern shall be based on a 244-5-foot unit consisting of a 93-foot 8-22.4 Measurement(RC) (SA)
line and a 152 foot gap. The measurement will be based on the travel distance-required
N o€a marking system capable...
twr
GoreApproach stripe, barrier stripe, crosswalk stripe, and
stop bar will be measured by the linear foot of each marking type.
Traffic arrows will be measured by the unit with each arrow
twr 42-inch-spasm head defined as a unit.
• ' • . . • ••-. •-• •,: Traffic letterelegends, handicapped parking stall symbols,
�., •_ preferential lane symbols, railroad crossing symbols, drainage•• •• . •! ._ t.... ..: . . •• .. •
_. markings, and cycle detector symbols will be measured by the unit.
gap. Measurement for paint/plastic stripe line removed shall be by
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
IOW 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-feet 24- item, then removal of existing traffic markings shall be considered
foot unit consisting of a--1-0-foot 9-foot line and a-30-foot 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.
wor
line in the direction of travel.
SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line,-12 8 inches wide and 10-feet
1 , installed parallel to another crosswalk stripe-with-a-6-foot 8-22.5 Payment (RC)
•
parallel to the direction of traffic flow and centered in pairs on lane "Painted CereApproach Stripe",per linear foot.
lines and the center of lanes. See detail sheet..
rr Stop Bar "Painted Traffic ILegend",per each.
A SOLID WHITE line,--14 12, 18 or 24 inches wide "Plastic Traffic I etterLegend",per each.
unless as noted otherwise-in on the Contract plans. "Remove Paint Line " wide," per linear foot.*
Page-SP-47
Revision Date:May 19, 1997
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markt
"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 TL
"Remove Plastic Line' and the lump sum contract price for FOLLOWING:
"Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment(RC) r
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 o--
markings required to complete the channelization of the project as removal of temporary pavement markings then all costs assoc
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items nil
other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item
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.
•
t
tt
KIWI
A tai
«a
a
a
Page-SP-48 t
Revision Date:May 19, 1997
too
9-00 Definitions and Tests
9-02 Bituminous Materials
Division 9 material for payment may be produced for use on a project until the
''mil job mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03.8(2)
and remain within the limits set forth in 9-03.8(6). The
WS
determination of the job mix formula shall be the responsibility of
9-00 Definitions and Tests the Contractor.
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
*It. FOLLOWING: job mix formula established for the class of asphalt concrete
9-00(A) Recycled Materials (RC) specified unless there is a need to make an adjustment Vain the
JMF.
IS
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
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.
AI. requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9-02 Bituminous Materials e. Compaction temperature.
Woo f. Anti-strip agent content.
. 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
rtwt, . SECTION 9-02.1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
9-02.1(10) Loop Sealant (RC) Engineer before the new material is used.
Unless specified otherwise in the contract or permitted by the
no 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 r
specifications of ASTM D3407 and shall be installed with an
Om approved applicator in conformance with manufacturer's r '
recommendations.
The contractor shall request and obtain approval from the n R•
ow Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances and-Adjustments.
detector loops and shall submit manufacturer cuisheets or other a. . - • ... _ . •. •.. • •- After the JMF is
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:
Ow
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
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
!if pavement. - specification limits specified
in Section 9-03.8(6).
9-03 Aggregates Aggregate assing 1", Broad band specification
Itir
3/4 5/8 , '/2", and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves
Aggregate passing 1/4" sieve ± 6%
9-03.8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve ± 5%
at 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve ± 4%
conformance to the project job mix formula (JMF). Foy-the Aggregate passing No. 200 sieve ±2%_Notel
Asphalt cement ±0.5%Note2
Mr
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9-03.8(6).
-- Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
• Pavement),2.5% for 50% RAP or more.
Ow
Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20%
' - RAP, but less than 50% RAP, 1.0%for 50% RAP or greater.
These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine acceptance.
l)
tow Page-SP-49
Revision Date:May 19, 1997
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduit
lik
• SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE
•• FOLLOWING:•• • - • • :•t- • .. . . _ _• e !. . + . . . .• 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Joint assembly design shall be reinforced concrete bell and
its spigot type incorporating a fully retained single rubber gasket in
accordance with ASTM C361 or AWWA C302. Rubber gasket
_ • - material shall be neoprene.
SECTION 9-05.7(4) IS SUPPLEMENTED BY THE
•! _ FOLLOWING:
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
• ,r•- (RC) wit
Hydrostatic testing of rubber gasket joints shall be performed
in accordance with ASTM C361 or AWWA C302 except test b
•�.. . r. �_ pressure shall be 5 psi.
I.
SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
ice. FOLLOWS:
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) WI
tho-stagsificationc.
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 Iti
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,MI BG 610. be furnished with pipe ends cut perpendicular to the longitudinal 1 la
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.
al
Conduits
SECTION 9-05.4 IS REVISED AS FOLLOWS:
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ! - -
Steel culvert pipe and pipe arch shall meet the requirements of - .
AASHTO M 36, Type I and Type II. Welded seam aluminum owner,
mil
coated aluminize ,• : .
( d) corrugated steel pipe and pipe arch with
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
WO
FOLLOWING: Steel spiral•rib storm sewer
P pipe shall be manufactured of
metallic coated (aluminized or galvanized) corrugated steel and
9-05.7(2) Reinforced Concrete Storm Sewer Pipe
(RC) inetm with ctin -05 Thfi , ,
and sp metal ced in shall conforbe as shown ance in the Se Plans o 9 or in.4_the e size coating
Specications.
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
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 =
FOLLOWING: distance from the outside of pipe wall immediately adjacent to the 4
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 t
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-50 liii
Revision Date:May 19, 1997
•
to
9-06 Structural Steel and Related Materials 9-08 Paints
between ribs,having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum
*it 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
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.
IS 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 3/4 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 fabricate 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
Mit, .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 corners 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
4 of-10 percent. 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION:
9-06.5 Bolts
Olt
9-05.12(3) CPEP Sewer Pipe(RC)
CPEP - Smooth interior pipe and fittings shall be SECTION9-06.5(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)
+t+. 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
AASHTO M294. meet the recommended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
Ase 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
FOLLOWS: bolts meet those specifications.
The following standard specifications shall apply to anchor
or' 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
Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
#r 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
be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of
gasket. ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
SI 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
on the top end.
1,--AASH-T-0-1s.4-1-96,-Sestion--7,24. 2. The anchor bolts for signal g poles and strain poles. shall
_ meet the specifications as designated on the approved
manufacturer's pole plans and/or supplemental plans or
specifications provided by the manufacturer.
All anchor bolts, nuts and washers shall meet the pole
row manufacturer's specifications and shall be hot dipped galvanized
center, unless such galvanization is not permitted for the type of steel as
per Section 9-06.5(4).
ow
9-08 Paints
' SECTION 9-08.8 IS A NEW SECTION:
ANN ..• , ! . • ,. . .. ..
For spiral rib storm sewer. i helical ribs shall 9-08.8 Manhole Coating System Products(RQ
P pipe, project
outwardly from the smooth pipe wall and shall be fabricated from a
irr 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
with coupling bands. of sanitary sewer manholes when required.
tiro For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch +
Page-SP-51
Revision Date:May 19, 1997
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electr
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTEL ..
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 wig
wrap-around type numbering strip bearing the circuit nui
a. Buried, and White C-1 shown on the plans.
exposed No splicing of any traffic signal conductor shall be pern'`
concrete unless otherwise indicated on the plans. All conductor runs ali
surfaces. be pulled to the appropriate signal terminal compartment boa
with pressure type binding posts. The only exceptions shall be
9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loo
A. High Solids Urethane The contractor shall provide and install all the nece
Coating System CI wing, fuses and fittings so as to complete the installation of tl
Coating Material: High Solids Urethane
signal and lighting equipment as shown on the plans. All mat
and installation methods, except as noted otherwise herein,
Surfaces: Concrete comply with applicable sections of the National Electrical Cod
Surface Preparation: In accordance with SSPC SP-7
8. Detector loop wire shall be No. 124 AWG strand
(Sweep or brush off blast) copper wire, Class B, with chemically cross-linked 1 eth g
Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. y 3
between coats shall not exceed (11) Six pair cCommunications cable(6P }-shall meet
24hours in any case specification PE-39 and shall have six-pair No. 19 AWG win
System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The r
Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the insid
MC-Conseal high solids the cable.
urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable sill
Two or more coats of Wasser meet the following:
MC Conceal(min.4.0 DFT) 1. Conductors: Solid, soft drawn, annealed copper, sizilli
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene.,
Admixtures polypropylene, with telephone industry color coding. 1
3. Cable core assembly: insulated conductors are twillN
SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross tal
9-23.9 Fly Ash(RC) and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted eth
Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated alum
tape shield is applied longitudinally with shielding coverage.
9-29 Illumination, Signals, Electrical 005 corrugated tape applied in the same manner is acceptable 'r
5. Outer jacket:A black, low density high molecular wee
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlit..
FOLLOWING: temperature variations and other environmental conditions 0]
abuse during installation) is extruded overall to providt
9-29.1 Conduit(RC) continuous covering.
ill
ic
The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be prir,
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 floo ,"
ii
. ASTM,Standards,to be used in all installations under roadways. with petroleum polyethylene gel filling compound including f
• 2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield.
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING T :
lli
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes(RC) I,
) The Ballast shall be ,re-wired to the lam socket and term,,.'
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 TM
(Diamond pattern)as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as ila
follows: 9-29.10 Luminaires(RC)
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 cosii
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor.
The above inscriptions shall not be hi'her than the tot surface
of the cover plates.
Page-SP-52 III
Revision Date:May 19, 1997
Eit
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
The manufacturer's name or symbol shall be clearly marked re-energize without change. •. ■
tot on each luminaire. -•9-29.11 Control Equipment �' ' -
gip SECTION 9-29.I1(2)IS DELETED AND REPLACED WITH: unsatisfactory Conflict Monitor. Upon sensing conflicting signals or
unsatisfactory operation voltages, the conflict monitor shall
9-29.11(2) Photoelectric Controls (RC) immediately cause the signal to revert to flash; however, the
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
still operate on 120 volts, 60 Hz. The unit shall consist of a light
sensitive element connected to necessary control relays. The unit command of the signal displays at the beginning of artery
grreayeltow.
shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit
energize the lighting circuit. type, capable of
rtrt 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:
service/contactor cabinet. The photo cell shall be capable of
switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC)
taw 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
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
m 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
alternating current and shall use the power line frequency as a time altered. •• . • •
base. The traffic signal controller shall meet the requirements of .
aw the National Electrical Manufacturers Association (NEMA)
Standard Publications. per.
Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules
ow
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
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
ait
The traffic signal controller shall be cable 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. The 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.
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
Or timing and pedestrian timing shall be accomplished at the local components:
intersection. a. Optical energy detectors which shall be mounted on the
SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy
ow FOLLOWS: emitter's signal.
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
the right of way in the manner shown on the phase sequence
2. Police Panel Switch. When the flash-automatic switch
oar 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
automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction.
•' 8 second flash period. At the completion of the continued 8 second b. Fittings shall meet the specifications of the system
flash period, unless otherwise specified, the controller shall manufacturer to facilitate ease of installation.
immediately resume normal cyclic operations at the beginning of c. Shall operate over an ambient temperature range of 40°F
artery gyellow. to +180°F(-40°C to +85°C).
IMO d. Shall have internal circuitry encapsulated in a semi-
4. Power Interruption. On "NEMA"controllers any power
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture.
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
low
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
thirty microseconds.
Iwo Page-SP-53
Revision Date:Mav 19. 1997
•
•
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 • l -
detector input. ,t:
b. Shall provide for a minimum of two discrete channels of
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 a•• • _ •„• •
vehicle. actuatio�t. ••
When the phase selector is responding to one detector, it shall All timing functions and input and output features for fully- l
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 ei
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
call up a starting yellow.
SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors 9-29.13(7)A Environmental, Performance and Test
A Cornell-Dubiler radio interference filter NF 10801-1 30
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 liti
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
9-29.13(7) Traffic-Actuated Controllers(RC) the City of Renton Signal Shop, Renton, Washington. The Signal
Shop will make space available to the contractor for the required Ng
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
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. demonstration by the contractor to the Engineer of all components
functioning properly shall not relieve the contractor of any
Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated eit
control gear when field installed.
units. Volume-density timing features shall be provided on all
controllers. SECTION 9-29.13(7)8 IS REVISED AND SUPPLEMENTED
AS FOLLOWS: i
9-29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers(RC)
l al story-testing.
it • .t_ . . ..
... _ • _ • - . . • ._ • .t: . • ••
Page-SP-54
Revision Dale:May 19, 1997
IWit 9-29 Illumination,Signals,Electrical
9-29 Illumination,Signals,Electrical
Power Switches Computer Interface Unit
vet
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
MI 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
at 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
time bypass switch. If the intersection is placed on flashing AS FOLLOWS:
operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RC, SA)
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 ;lea;
or normal cycling operation while the intersection remains in flashing anodized--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
na
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
am
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
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
so and an incandescent lamp socket shall be furnished in the main
shall be provided with each cabinet.
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
ton
Fail Safe Unit allow the control equipment to operate when placed in the "off'
position_ A second switch shall be the auto-flash switch. When
placed in the "flash" position,controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop tune dependent on switch setting on the
ii► 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 _. _ .__. _ • •• . _ 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
to 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.
itrr
e. The Controller cabinet shall have a load bay panel with at
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
o 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
ow
Field Wiring Terminal terminations on the back of the load bay panel.
There shall be a terminal strip for field wiring in the •• , n.. , , ,
controller cabinet. The terminals shall be numbered in accordance
`e 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)
irr 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
Ow
for vertical mounting. Lens shall be glass and meet I.T.E.
Specifications for light output. Reflectors shall be alzac. Each
signal head shall have a 1/4 inch drain hole in its base.
+ Page-SP-55
Revision Dale:May 19,1997
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 gre-yellow 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 i
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 , • • - - • - .. (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
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 (RC)
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 ' ' - - • - • . . . . i _ - •
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:
9-29.17 Signal Head Mounting Brackets and Fittings
9-29.16(2)A Optical Units (RC)
Eight inch conventional signals shall employ a 67 to 69 watt (RC)
traffic signal lamp rated for 130420 volt operation, 595 minimum
initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted.-All otlgr--hardware for ether-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 green gr•gewbaked enamel.
420130volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
oti
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.
Induction loop amplifiers installed with NEMA controls shall
9-29.16(2)B Signal Housing(RC) conform to current NEMA specifications.
Each lens shall be protected with a removable visor of • • M • .,
aluminum of the tunnel type, unless specified 46.
otherwise in the contract. Visors shall have attaching ears for
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 incandescent- fiber optic or 1
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 th`signal visor. The outside cylinder shall be • • ! • a
constructed of aluminumpelycarbonate-plastic,and the louvers shall '! '!!! • •
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract. a-minimum of '11121 he.. s higlt,—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.
REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with
two coats of factory applied traffic signal ellow enamel.
9-29.16(2)D Back Plates(RC)
Back plates shall be furnished and attached to the signal
VACANT SECTION 9-29.20(1) IS-REPLACED BY ADDING .A,
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
half-hard aluminum sheet, 0.058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic Type(RC)
back. The fiber o,tics shall be drawn from o•tical :lass of hi:i
purity_ The fibers shall be temperature resistant. The fibers shall tl
be resistant to the UV li•ht emitted b the halo:en lam' and shall
maintain their high transmission properties throughout the lifetime
Page-SP-56 t
Revision Date:May 19, 1997
IMP
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
- of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH
III 53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall
thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting(RC)
shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey
on 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
dichroic reflector. The lamp shall use built-in,lead-in wires instead exterior grade of white metal enamel.
ors
of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of
to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12).
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:
NM
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
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
oar 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.
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
ON bundle shall have a clip-on type color filter, one of Portland
3. Utility plug(120 volt-20 Amp rated)G.F.1.Type
Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp)
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
ass
light 6. Double pole branch breaker(s) for lighting circuits.(240
g 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
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
fis SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal
service)
ow 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
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.
tan
a rugged plastic module. 12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
THE FOLLOWING:
•
sui
The pedestrian signal shall have a solid state message modules 9-29.25 Terminal and Interconnect Cabinets(RC)
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
sr 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"
mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the
neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door
plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the
ow 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
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
err 9-29.24 Service Cabinets (RC) terminal shall be separated by a marker strip. The marker strip
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
mow
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
leo
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.
40rr Page-SP-57
Revision Date:May 19, 1997
9
liff
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: ail
9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC)
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
SECTION 9-30.1(1)IS REVISED AS FOLLOWS:
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) eill
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
Iii
Standard Thickness Class 5250 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:
IA
9-30.3('7) Combination Air Release/Air Vacuum
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW:
Valves (RC)
9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and
ill
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 equal.
Company No.02380, Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail,
Approval of valves other than models specified shall be latest revision.
lill
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: tlli
Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation. 9-30.3(8) Tapping 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-steel,
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel,or other approved material. Ili
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-
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail,
parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow off In
requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans.
shall be provided with two (2) internal O-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall
be
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
ne
directional flow. The stem shall be independent of the stem nut ors' water mains will not be included under this item and shall be
integrally cast. considered incidental to the contract and no additional payment
Manufacturers of Resilient Seated gate Valves shall provide shall be made. di
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) illit
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-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. WI
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.
in diameter shall include an 8"x24" cast iron gate valve box and
ilit
extensions,as required. SECTION 9-30.5(1) 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) iii
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal description.
Page-SP-58 ]t
Revision Date:May 19, 1997
" 9-30 Water Distribution Materials
9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant
tart THE FOLLOWING: adapter with 1/8"coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
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:
valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose 9-30.6(3) Service Pipe
nozzles with National Standard Threads 7 1/2 threads per inch and p
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.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
sr
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.
threaded caps with operating nut of the same design and
proportions as the hydrant stem nut. Caps shall be fitted with SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS:
suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression type with
pressures. gripper ring.
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:
w 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)
Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
trr
Standard Details for water meters, latest revision.
r
a.r
r�r
+rr
air
err
+Ma Page-SP-59
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
low
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
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
SAX 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
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
rr (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'I'HE 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
,,,r, RESPONSIBILITIES TO THE PUBLIC
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub section 1-07.9(5) A new Amendment. Sub-section 2-09.3(4)
Required Documents is revised. Sub section Construction Requirements, Structure Excavation,
ON
1-07.13(4)Repair of Damage is added. Class B, Sub-section 2-09.4 Measurement, and
"Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub-
section 2-09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
PAYMENT
"Measurement" drywells added.
(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
(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.
rt "Conformance to Established Standards", "Traffic SECTION 5
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
o
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
ww
tlrr Page-SP-60
Revision Date:May 19,1997
WSllU"1'AMENDMENTS
WSDOT AMENDMENTS
SECTION 6 SECTION 8
nth
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 mit
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.
Ili
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)
A new Amendment. Sub-section 8-10.2 Materials iii
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 11.AP8 SECTION 8-11, GUARDRAIL
iii
is supplemented with an additional item. Sub-
section 6-10.3(1) Precast Concrete Barrier is (March 3, 1997)
added. Anchor Installation revised.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP ati
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
17.AP8 SECTION 8-17, IMPACT ATTENUATOR ii
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS
CATCH BASINS
(March 3, 1997) (March 3, 1997)
Construction Requirements revised.
Revised to include drywells. New standard item ilia
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)
06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4)
ANCHORS Foundations is revised. Sub section 8-20.3(13)A 4111:
(March 3, 1997) Light standards is added.
"Equipment List and Drawings"revised. iii
This section is deleted in its entirety.
08.AP7 SECTION 7-08, GENERAL PIPE 21.AP8 SECTION 8-21, PERMANENT SIGNING
II
INSTALLATION REQUIREMENTS (March 3, 1997)
(March 3, 1997) A new Amendment. Sub-.section 8-21.3(6)Sign
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 Iii
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. ill
"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)
di
17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4
(March 3, 1997) Measurement is revised.
A new Amendment. Sub-section 7-17.3(2)C "Materials" revised.
ill
Infiltration Test is revised. Sub-section 7-17.2
Materials is added.
"Infiltration Test" revised.
iii
18.AP7 SECTION 7-18, SIDE SEWERS
(October 28, 1996)
Page-SP-61 illi
Revision Date:May 19,1997
tot WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 9 10.AP9 SECTION 9-10, PILING
err (September 30, 1996)
01.AP9 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". 11.AP9 SECTION 9-11, WATERPROOFING
02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
ti" (March 3, 199
7) 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 SPALLS,
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.
ser 05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
CULVERTS, AND CONDUITS (September 30, 1996)
(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. A new Amendment. Sub-section 9-21.1(1)
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-
wr
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5)Foundation Hardware is revised.
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.
tit revised. Correction to "Bolt, Nut, and Washer
Specifications. 33..AP9 SECTION 9-33, CONSTRUCTION
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.
Placing in Treating Cylinders is revised..
rr
it
Page-SP-62
Revision Date:May 19,1997
* • ,1,-
II ,
. ,
I
... . . .„
. ...,. .. _, .. . . . ..
' ..
- ..
.... .. .,
1 ...:- ;.. ,. • , , ,.._, .. ...........
,.. .
,
.,,
•
-- ,.. .
, . ..
_ , .„......., . _
.. .
,..* ..
„,...„
”. .
. .. ..,..
. _ .
.. . .„........... . . . .
.,. . . . ,.
...
....,_„, ... ... ,,. .. .„. .• .
.._
. .,..
.......,,,2,„ -_,..,.................... ,
, , *. ..•
„ ..... , . ..„:
,•._
.. ... .
. ...
. . _
•
,... ...
,..:. .
_.,
_ . .„ . . . .. . _
... _ ,. ......... ._ ___.,. .
.. . .. ,,„ .
., ..... , .
....„..,... ,. . . ....,
„..
4 ... . ,
......
410,.
-..,
.. ,... -.,..
.......
.., .•. ..... .,
IOW ;,.............__ ,. .....„..
-,..._......... .... . ,...„- .
_. . .
.. .. ..
. . .., ,
. • , ....,„ .. .... .
, ..--., ,.... '
,...,......,,,
.,...
...,:
• SPECIAL PROVISIONS
,....., ,. ...., ....
..,
,
•
. ,.., .,.
c. .._
. .,
. ,
II Q :
,,..__....,..
.. .:_.
•
,.. , „ .„... ........_
.140...,. „
,.. „
...,.....,.....,
ik.....„ ,...,
,..........
, ....„
, , .....
111..
41111111
.,
-
, -..
. ... .,...
. ,„.... ,
.-..,-
..
- ,
* * iiirmwir.,.,
*t_-:
I
. ,
_.. ..,
. .
.. ..,
. , =
. . - .
. . „. .
- -,,
I '' *
PE C IA-LP RO V C 0 V.DOC\ .5
.:._ ....a
',...,,,..,....'-_...,--
Imo
Irmo
east
NOS
WIN
SPECIAL PROVISIONS
05TH E.
4 ti t s
IV. .5'ftiSTE05)
.
t 3 it 4,1 r?` ( 'T
`�"
rr. !,:r
L_ EXPIRES 7 A , G 4°
rm
PROVCOV.DOC\
Orr
MOW
SPECIAL PROVISIONS
,� The following Special Provisions are made a part of this Contract and supersede any
conflicting provisions of the 1996 Standard Specifications for Road, Bridge, and
Municipal Construction (English) including the American Public Works Association
(APWA) Supplement to the Division 1, and the foregoing amendments to the Standard
Specifications.
DESCRIPTION OF WORK
This project includes roadway and storm drainage improvements on approximately 3,000
linear feet of S.W. 7th/S. 7th Street from Lind Ave. S.W. to Morris Ave. S. All work,
materials, tools, labor, and guarantees thereof required for this project shall be furnished
and supplied in accordance with the attached Contract Plans, these Contract Provisions,
and the Standard Specifications.
1-01 DEFINITIONS AND TERMS
1-01.2 Abbreviations
1-01.2(2) Items of Work and Units of Measurement
Section 1-01.2(2)is supplemented with the following:
ACP Asphalt Concrete Pavement
Conn. Connection
CPEP Corrugated Polyethylene Pipe
E East
Ex, Exist Existing
ID Inside Diameter
Inv. Invert
MON Monument
MUTCD Manual On Uniform Traffic Control Devices
North
No. Number
OD Outside Diameter
�. PC Point of Curve
PT Point of Tangency
PI Point of Intersection
PCC Portland Cement Concrete
�. PVC Polyvinyl Chloride Pipe
R/W Right-of-Way
S South
„r. SS Sanitary Sewer or Side Sewer
W West
1-02 BID PROCEDURES AND CONDITIONS
1-02.2 Plans and Specifications
See "Instructions to Bidders" and "Bidders Checklist" contained in the Contract
Documents herein for pre-bid information.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special l a ph2_GO.doc\AQ\tp Page I
cr
wr
SPECIAL PROVISIONS - Continued
1-02.4 Examination of Plans, Specifications, and Site Work
as
1-02.4(1) General
Add the following to the end of Section 1-02.4(1):
oak
Locations of existing utilities shown on the Plans 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 two
Contractor on the basis of the information made available.
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
es
additional examinations, investigations, explorations, tests, and studies and obtain any
additional information and data which pertain to the physical conditions (surface,
subsurface, and underground utilities) at or contiguous to the site or otherwise which may
affect cost, progress, or performance of the work and which the Bidder deems necessary �+•
to determine its Bid for performing the work in accordance with the time, price, and other
terms and conditions of the Contract Documents. The Bidder shall be responsible for all
costs associated with these additional examinations including all restoration work and
damages that may result of such investigation.
1-02.5 Proposal Forms
Delete the first sentence of Section 1-02.5 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 WORK
1-04.3 Project Coordination (New Section) ror
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 Owner, and any public utilities that may be involved.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la_ph2_GO.doc\AQ\tp Page 2 Il
SPECIAL PROVISIONS - Continued
1-04.4(1) Force Account(New Section)
Section 1-04.4(1) is supplemented with the following:
Payment or credits for changes amounting to $15,000 or less may be made under the bid
item"Force Account." At the discretion of the Owner, this procedure for Force Accounts
may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes.
The Contractor will be provided a copy of the completed order for Force Account. The
agreement for the Force Account will be documented by signature of the Contractor, or
notation of verbal agreement. If the Contractor is in disagreement with anything required
by the order for Force Account, the Contractor may protest the order as provided in
`MW Section 1-04.5.
Payment or credits will be determined in accordance with Section 1-09.4. For the
purpose of providing a common proposal for all bidders, the Owner has entered an
amount for "Force Account" in the Proposal to become a part of the total bid by the
Contractor.
1-04.12 Mobilization and Demobilization (New Section)
The Contractor shall prepare a Mobilization and Demobilization Plan showing the
proposed location for storage of all equipment and material proposed to be located at the
site. Any storage within the City right-of-way shall not interfere with the traffic control
and erosion control plans, and the use of traffic lanes.
The Contractor shall obtain a Temporary Use Permit for any storage areas on private
property that is zoned residential. The Contractor shall be responsible for all fees,
applications, and work needed to obtain the permit. The Contractor shall allow 2-3 weeks
to obtain the Temporary Use Permit from the Owner.
The Contractor shall prepare a Work Plan, which shall include the following:
1. Proposed construction sequence and schedule for all major items of work. An
example Construction Sequence can be found in the bid document.
2. Mobilization and Demobilization Plan showing the proposed location for storage
of all equipment and materials, and the removal of all equipment and materials
following the completion of construction and the removal of traffic and erosion
controls.
3. Shoring Plan for all stages of the Project.
4. Temporary Erosion and Sediment Control Plan for all stages of the Project.
5. Traffic Control Plan.
6. A Street Cleaning and Sweeping Plan for any impacted roadways outside the
limits of the construction area following completion of construction and the
removal of traffic and erosion controls.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\SpecialIa ph2_GO.doc\AQ\tp Page 3
riw
rrr
SPECIAL PROVISIONS - Continued
7. Dewatering Plan.
8. Stormwater Bypass Plan.
9. Noise Variance Complaint Plan
10. Night Work Construction Plan
11. Protection of Existing Utilities Plan
12. Stormwater Pollution Prevention Plan.
13. Spill Prevention, Control and Countermeasure Plan.
The Contractor shall submit a Shoring Plan to the Owner showing how shoring will be
accomplished and detailing the techniques and equipment that will be used. Shoring shall
be capable of supporting all earth loads, traffic loads, adjacent utilities, and sloughing of
trenches and shall be based upon recommendations given in the Geotechnical Report,
Dewatering Report and Special Provision Specification Section 7-08.3(1)B. This plan
shall be coordinated with the dewatering plan and reviewed and approved by the
Contractor's Geotechnical and Structural Engineers. Calculations, which are stamped
and signed by the Contractor's Engineers, shall be provided with the submittal.
The Contractor shall submit a Noise Variance Complaint Plan demonstrating how the
requirements of the Noise Variance will be met. The Noise Variance Complaint Plan
shall include a 24-hour phone Contractor personnel who can address citizen complaints or
concerns. A copy of the Noise Variance is included in the bid document. lib
The Contractor shall submit a Night Work Construction Plan that shows the methods and
equipment that will be used to accomplish the night work in a safe manner.
The Contractor shall submit a plan for protecting and supporting existing utilities. The
plan shall be reviewed and approved by the Owner prior to any work occurring in the
vicinity of any utilities that are in potential conflict with construction activities.
The Contractor shall submit a Temporary Erosion and Sediment Control (TESC) Plan
that meets the requirements in Special Provisions Section 1-07.15(2). The Contractor .r
shall also submit a Stormwater Pollution Prevention Plan in conjunction with an erosion
control plan and submit it to the Owner for review and approval. The plan shall be based
upon the Department of Ecology's Stormwater Management Manual for Western
Washington (August 2001), proper construction practices and the requirements in Special
Provisions Section 1-07.15(2). 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. "E'
The Contractor shall submit a Traffic Control Plan for review and approval by the Owner.
The plan shall address the proposed working areas, signage, flaggers, Contractor access to
the working area, truck and equipment haul routes, and public access during construction.
The traffic control requirements for this Project are as follows:
Night Work Between Station 1+13 and 7+25
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 4
NON
SPECIAL PROVISIONS - Continued
The Contractor shall maintain, at a minimum, one lane of traffic with flaggers for both
eastbound and westbound traffic on SW 7th Street between the hours of 7:00 p.m. to 6:30
a.m. Traffic control shall be completely removed and the entire roadway restored and
available for vehicular traffic by 6:30 a.m.
... Night Work Between Station 7+25 and 21+00
The Contractor shall maintain, at a minimum, one lane of traffic with flaggers for both
eastbound and westbound traffic on SW 7th Street between the hours of 9:00 p.m. to 6:30
"` a.m. Traffic control shall be completely removed and the entire roadway restored and
available for vehicular traffic by 6:30 a.m.
The Contractor shall be responsible for complying with the noise variance requirements
included in the Contract Documents. The Owner may revise the work hours to address
traffic problems or neighborhood complaints.
Daytime Work Between Station 21+00 and 26+00
*or Traffic control devices shall be completely removed and the entire roadway restored for
vehicular traffic by 3:30 p.m. Contractor shall maintain two lanes of traffic; one lane for
eastbound traffic and one lane for westbound traffic. If necessary, the Contractor may
•• utilize the sidewalk on the south side of the street to provide the minimum of 20 feet to
support two lanes of traffic. As part of the Traffic Control Plan, the Contractor shall
submit a proposal for utilizing the sidewalk to support vehicular traffic. Any damage
done to the sidewalk during the Project shall be repaired and/or replaced as approved by
the Owner. The Contractor is responsible for referring to the Plans and existing field
conditions for potential utility conflicts associated with the utilization of the sidewalk for
traffic control purposes. All sidewalk improvements related to traffic control shall be
WIN considered incidental to the Project and shall be included into the various unit and lump
sum prices.
,�. Daytime Work Between Station 26+00 and Station 31+00
Traffic control devices shall be completely removed and the entire roadway restored for
vehicular traffic by 3:30 p.m. Contractor shall maintain one lane of traffic each direction
with flaggers Monday through Friday between 8:30 am to 3:30 pm. Between 7:00 a.m. to
8:30 a.m., Monday through Friday, the Contractor shall maintain one westbound lane on
S. 7th St. with detours around the Project for eastbound traffic. If Owner extends work
.. hours beyond 3:30 p.m., Contractor shall maintain one eastbound lane on S. 7th St. with
detours around the Project for westbound traffic Monday through Friday between 3:30
p.m. and 6:00 p.m.
In addition to the required signage for lane closures in the vicinity of the work area, the
contractor shall place signs of the following type and locations as follows:
• Detour signs as specified in the sample traffic control plan found in the bid
document
• High visibility, illuminated sign to be placed at the corner of SW 7th Street and
Hardie Ave. SW. directing motorists to turn onto Hardie Ave. to access the Bob
Bridge Toyota Dealership.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
IOW Project\Phase II Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 5
rre
SPECIAL PROVISIONS - Continued
• High visibility, illuminated sign to be placed at the corner of Hardie Ave. SW and
Martin Luther King Way directing motorists to turn onto Hardie Ave. SW to
access the Bob Bridge Toyota Dealership.
• High visibility, illuminated sign to be placed at the corner of S. 7th Street and
Rainier Ave. S. directing motorists to turn onto Rainier Ave. S. to access the Bob
Bridge GMC Dealership.
• High visibility sign to be placed on Hardie Ave. SW directing motorists to turn
left onto Hardie Ave. SW when exiting the Bob Bridge Toyota Dealership parking
lot.
Contractor shall maintain one access point at all times to business along SW 7th Street.
Actual work hours will be approved in the Traffic Control Plan.
The Contractor shall submit a Street Cleaning and Sweeping Plan for controlling mud and
dust on any route used by trucks or equipment, as noted in the Supplemental .o
Specifications Section 1-07.23. The Contractor shall be prepared to use power sweepers,
watering trucks, and other means necessary to avoid creating a nuisance. Any debris on
the roads shall be cleaned immediately. No additional payment will be made for this
work. off
The Contractor shall submit a Dewatering Plan for review and approval by the Owner.
The plan shall be based on the information provided in the Geotechnical Report and
Dewatering Report, previous groundwater records shown in the Contract Documents,
Special Provisions Section 7-08.3(1)D and proper construction practices. After the
dewatering plan is installed, the Contractor shall make any field adjustments necessary to
reduce or eliminate any erosion and discharge of sediment-laden water. This plan shall
be coordinated with the shoring plan and reviewed and approved by the Contractor's
Geotechnical and Structural Engineers. Calculations, which are stamped and signed by
the Contractor's Engineers, shall be provided with the submittal.
The Contactor shall submit a Stormwater Bypass Plan for review and approval by the
Owner. The plan shall include a method for bypassing flows around existing storm pipe 110
that is taken out of service during construction. The Contractor shall provide a
stormwater bypass system designed for an estimated 6-month peak flow of 46 cfs at Lind
Ave. SW. The estimated 6-month peak flow at Station 4+75 drops to 13 cfs. It should be
noted that there is an existing parallel storm system that will remain in place along
portions of the project that could be used as a temporary bypass.
The Work Plan shall be submitted to the Owner for review, revision, and approval within es
10 days of the Contract award.
1-05 CONTROL OF WORK
1-05.4 Conformity With And Deviations From Plans And Stakes (Deletion)
Section 1-05.4 Conformity With And Deviations From Plans And Stakes is deleted in its
entirety and replaced by the following:
se
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Specialla ph2_GO.doc\AQ\tp Page 6 r�i
SPECIAL PROVISIONS - Continued
1-05.4(1) General (Supplement)
The Contractor shall be solely responsible for retaining a Professional Land Surveyor,
registered in the State of Washington, to set all construction stakes and marks
establishing lines, slopes, and grades, and prior to commencing work shall receive written
approval of the layout from the Owner. The Contractor shall provide written notice at
least 48 hours in advance, for the Owner to approve the layout. The Contractor shall
assume full responsibility for detailed dimensions, elevations, and excavation slopes
measured from these stakes and marks.
All survey work shall be done under the direct supervision of a qualified surveyor
licensed by the State of Washington, and in accordance with the City of Renton
Surveying Standards.
The Contractor shall be liable for any error in alignment or grade from the Contract Plans.
1-05.4(2) Construction Surveying, Staking and As-built Drawings (Supplement)
Copies of the Owner provided primary survey control data are available for the Bidder's
inspection at the office of the Resident Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the, drainage pipe and
structures, surfacing, paving, pavement markings, signs, and any and all other
construction items. Except for the survey control data to be furnished by the Owner,
calculations, surveying, and measuring required for setting and maintaining the necessary
lines and grades shall be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work
Olt performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record shall
be provided to the Owner within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American
Congress on Surveying and Mapping and the American Society of Civil Engineers.
The Contractor shall be responsible for surveying to determine all construction quantity
computations, including all earthwork quantities, for progress payment purposes. Before
starting any phase of construction, the Contractor shall verify that the existing conditions
shown on the Plans are valid. The Contractor shall survey the horizontal and vertical
location of all existing facilities to be removed and replaced, including existing
monuments and curb and gutter. The Owner shall back check the survey field notes prior
'W'° to the removal of any facilities. The Contractor shall also provide construction staking
for those facilities to be removed and replaced. Prior to approval of payment, the Owner
may spot-check and verify all construction quantity computations prepared by the
._ Contractor.
The survey work shall include but not be limited to the following:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\SpecialIa_ph2_GO.doc\AQ\tp Page 7
vow
so
SPECIAL PROVISIONS - Continued
oot
1. Verify the primary horizontal and vertical control furnished by the Owner, and
expand into secondary control by adding stakes and hubs as well as additional survey
control needed for the Project. Provide descriptions of secondary control to the
Owner.
2. Establish grading limits, placing slope stakes at centerline increments not more than
50 feet apart. Establish offset reference to all slope stakes.
so
3. Establish the horizontal and vertical location of all drainage features, placing offset
stakes to all drainage structures and to pipes at a horizontal interval not greater than
25 feet. so
4. Establish intermediate elevation benchmarks as needed to check work throughout the
Project. ar
5. For all other types of construction included in this provision (including but not
limited to drainage pipes and structures, pavement marking, and signs), provide
staking and layout as necessary to adequately locate, construct, determine any and all
earthwork quantities, and to check the specific construction activity.
NW
The Contractor shall provide the Owner copies of any calculations and staking data when
requested.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Stationing on roadway N/A ±0.1 feet �+
Surfacing grade stakes ±0.01 feet ±0.5 feet
The Owner may spot-check the Contractor's surveying. These spot-checks will not
change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked are
within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Owner will verify these ..s
coordinates prior to issuing approval to the Contractor for commencing with the work.
The Owner will require up to seven calendar days from the date the data is received.
wr
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 8
rrt
SPECIAL PROVISIONS - Continued
Contract work to be performed using contractor-provided stakes shall not begin until the
stakes are approved by the Owner. Such approval shall not relieve the Contractor of
responsibility for the accuracy of the stakes.
As-Built Survey
After construction has been completed, the Contractor shall perform an as-built survey
and provide the information in an AutoCAD 14 or AutoCAD 2000 file to the Owner.
This as-built survey shall consist of the following:
1. Survey of rim elevation and invert elevations of all storm drainage structures
installed, modified or left in place within the limits of this Contract. This shall
include all drainage structures between the back of sidewalk to back of sidewalk only.
2. Finished grade shots on all utility appurtenances within the limits of this Contract,
including, but not limited to; vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, transmission poles, etc. Appurtenances with round
covers should have one survey shot in the center of the manhole or valve cover, or at
the center of the fire hydrant.
All survey information shall be provided in a single AutoCAD file utilizing separate
layers for each type of survey information. The CAD file shall include contours as well
as spot elevations. Drainage information shall be summarized in callouts to each
structure that includes the size and type of structure, as well as, all rim and invert
information. A second AutoCAD file shall be provided that includes the symbol,
�.. description, point name, and elevation of each survey point on separate layers.
The Contractor's surveyor shall provide the Owner with field books, as-built notes, prints
with the existing utilities encountered and locations, and surveyor's seal and signature.
The surveyor shall provide the as-built drawing stamp and signature on the Owner mylar
plan sheets, after the Owner adds the as-built drawing information.
At the end of the Project, the Surveyor shall submit a plan sheet showing all Owner
monuments and street centerline monuments in the construction and giving their x, y, and
z coordinates. The Surveyor shall establish new reference points to existing street
... monuments where construction destroys an existing reference point (curbs, sidewalks,
etc.). The Survey shall submit a new City of Renton Monument card with the updated
monument and reference point information.
Record Drawings
Throughout construction, the Contractor shall keep a set of redline drawings that record
as-built information at the Project site. This set of drawings shall be provided to the
Owner at the end of the Project. This record drawing information shall, at a minimum,
consist of the following:
late
1. All changes to the Contract Plans.
,r, 2. All pothole information gathered by the Contractor.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 9
rr
r,rr
SPECIAL PROVISIONS - Continued
3. Lengths of all water main spools installed and notes describing the fittings used and
final dimensions of all waterline relocation work if required.
4. Existing utility information not included in the Contract Plans, or that differs from the
Contract Plans.
1-06 CONTROL OF MATERIAL
1-06.1 Source of Supply and Quality of Materials (Supplemental)
No source has been provided for any materials necessary for the construction of this
improvement.
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) �r
Shop drawings 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.
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.
.r
Owner will pay the costs and provide review services for a first and second review of
each submittal item. Additional reviews shall be paid for by the Contractor by
withholding the appropriate amounts from each payment estimate.
Shop drawings 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. wit
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
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 10
too
SPECIAL PROVISIONS - Continued
been met, and acknowledges that the product, method, or information will function as
intended.
1-06.7(2) Required Information (New Section)
Submit five copies of each submittal to the Owner. Shop drawings and submittals shall
be submitted on 8t/2"xll", 11"x17", or 22"x34" sheets and shall contain the following
information:
•.• 1. Project
2. Contractor
3. Owner
4. Applicable specification and drawings reference
5. 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
6. A place for the Owner to place a 3-inch by 4-inch review stamp
7. Shop or equipment drawings, dimensions, and weights
8. Catalog Information
9. Manufacturer's specifications
10. Special handling instructions
11. Maintenance requirements
12. List of Contract exceptions
13. Other information as required by the Owner
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 14 working days after receipt by the Owner. 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 extras are
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 by the Owner prior to their
installation or use on this Project.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 11
rlrr
SPECIAL PROVISIONS - Continued
1-06.7(4)A After Contract Execution (Additional Section) as
Within 30 days after the date of the Contract execution, the Owner will consider formal
requests from the Contractor for substitution of products in place of those specified.
OW
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, the 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. The Contractor shall coordinate installation of
accepted substitutions into the work, making changes that may be required for work to be
completed. The Contractor waives all claims for additional costs related to substitutions
that consequently become apparent.
1-06.7(5) Submittal Requirements (Additional Section)
The Contractor shall provide the following submittal items to the Owner. The Contractor
shall provide additional submittal information to the Owner if required by the Owner.
1-04.12 Proposed Construction Sequence and Schedule
1-04.12 Mobilization/Demobilization Plan
wit
1-04.12 Shoring Plan (7-08.3(1)B)
1-04.12 TESC Plan(including Trench Dewatering Plan) [7-17.3(1)D]
1-04.12 Traffic Control Plan
1-04.12 Cleaning and Road Sweeping Plan
1-04.12 Stormwater Bypass Plan
rra
1-04.12 Noise Variance Complaint Plan
1-04.12 Night Work Construction Plan
1-04.12 Protection of Existing Utilities Plan
1-04.12 Stormwater Pollution Prevention Plan(1-07.15(1))
1-04.12 Spill Prevention, Control and Countermeasures Plan (1-07.15(2))
New
1-06.7(4) Substitutions
5-04.2 Asphalt Concrete Pavement Materials two
6-02.2 Storm Sewer Vault Materials and Shop Drawings
Nwt
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 12
w..
SPECIAL PROVISIONS - Continued
7-04.2 Storm Sewer Pipe Materials
7-05.2 Manhole and Catch Basin Materials and Shop Drawings
7-17.2 Sewer Relocation Materials (i.e.,pipe, inside drop)
7-17.3(1)B Pipe Bedding Materials
�.. 7-17.3(1)C Pipe Foundation Materials
7-17.3(3) Backfilling Storm and Sanitary Sewer Trenches
8-01 Erosion Control Materials
8-02 Roadside Planting Materials
8-04 Curb and Gutter Materials
.,. 8-14 Cement Sidewalk Materials
9-03.22 Controlled Density Fill Materials
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 at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the Owner 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 Owner to assess the significance of these
potential cultural resources and make recommendations to the State Historic
Preservation Officer. If the archaeologist, in consultation with the State Historic
Preservation, determines that the potential find is a significant cultural resource,
the Owner shall extend the duration of the Work Suspension Order.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase 1I Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 13
r
SPECIAL PROVISIONS - Continued
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 allowed for the Project, in which case the Owner will make an adjustment
for increased cost of performance of the Contract.
1-07.2(1) State Sales Tax
Section 1-07.2(1) is supplemented with the following:
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 permits obtained by the Owner. ar
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
Owner will not make additional compensation for any changes or fines due to the
Contractor's violation of construction provisions.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented with the following:
The Contractor shall meet the required provisions of all permits. The Contractor shall not
use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize
any of the waters of the State or materials from gravel or sand bars, or from streambeds.
The Contractor shall comply with all requirements in said permit documents and all costs
shall be included in the various unit and lump sum prices bid.
1-07.13 Contractor's Responsibility for Work
1-07.13(1) General
Section 1-07.13(1) is supplemented with 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 sir
after acceptance of the work by the Owner. Such guarantees shall include care of
backfilling at structures should the fill settle to such extent as to require refilling or
resurfacing roadway surfaces to restore the original or intended condition to grade.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Specialla_ph2_OO.doc\AQ\tp Page 14
SPECIAL PROVISIONS - Continued
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.
1-07.15(1) Stormwater Pollution Prevention Plan (New Section)
The Contractor shall prepare and submit a Stormwater Pollution Prevention Plan (SWPP
Plan) that incorporates the requirements of the Department of Ecology's Stormwater
Management Manual for Western Washington (August 2001) and these Special
Provisions. The SWPP Plan shall meet the requirements of the Department of Ecology's
NPDES and State Waste Discharge General Permit for stormwater discharges associated
with construction activities. A sample SWPP Plan is provided as an example in the Bid
Documents for the Contractor to use in formulating the SWPP Plan. The SWPP Plan
shall document all the erosion and sediment control Best Management Practices (BMPs)
proposed, whether permanent or temporary. The plan shall document installation
procedures, materials, scheduling, and maintenance procedures for each erosion and
sediment control BMP. The Contractor shall submit the plan to the Owner for approval.
The Owner will have ten (10) days from receipt of the plan to approve it. The Contractor
may not begin work without an approved Contractor's SWPP Plan.
As a minimum, the Temporary Erosion and Sediment Control (TESC) Plan included in
the SWPP Plan shall include the following:
1. A list of BMPs that will be used and a description of any materials proposed by
the Contractor that are not included in these Specifications.
2. Drawings showing proposed installation and removal of the proposed BMPs.
3. A schedule for phased installation and removal of the proposed BMPs including:
• BMPs that will be installed at the beginning of project startup.
• BMPs that will be installed at the beginning of each construction season.
• BMPs that will be installed at the end of each construction season.
• BMPs that will be removed at the end of each construction season.
• BMPs that will be removed upon completion of the Project.
The Contractor shall submit the modified SWPP Plan for the Owner's approval before
any work begins. The Contractor shall allow at least five working days for the Owner's
review of the modified SWPP Plan or any revisions to the modified SWPP Plan. Failure
to approve all or part of any such plan shall not make the Owner liable to the Contractor
for any work delays.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 15
mow
lie
SPECIAL PROVISIONS - Continued
NW
1-07.15(2) Spill Prevention, Control and Countermeasures Plan (New Section)
The Contractor shall prepare project specific spill prevention, control and
countermeasures (SPCC)plan to be used for the duration of the project. The plan shall be
submitted to the Engineer prior to the commencement of any on site construction
activities. The Contractor shall maintain a copy of the plan at the work site, including
any necessary updates as the work progresses. If hazardous materials are encountered ••
during construction, the Contractor shall do everything possible to control and contain the
material until appropriate measures can be taken. Hazardous material, as referred to
within this specification, is defined in RCW 70.105.010 under "Hazardous Substances".
Occupational safety and health requirements that pertain to SPCC planning are contained
in WAC 296-155 and WAC 296-62.
The SPCC plan shall address the following project-specific information:
1. SPCC Plan Elements
A. Site Information
Identify general site information useful in construction planning, recognizing potential
sources of spills, and identifying personnel responsible for managing and implementing
the plan. mo'"
B. Project Site Description
Identify staging, storage, maintenance, and refueling areas and their relationship to
drainage pathways, waterways, and other sensitive areas. Specifically address:
• Contractor's equipment maintenance, refueling, and cleaning activities.
• Contractor's on site storage areas for hazardous materials.
C. Spill Prevention and Containment
Identify spill prevention and containment methods to be used at each of the locations
identified in B., above.
me
D. Spill Response
Outline spill response procedures including assessment of the hazard, securing spill
response and personal protective equipment, containing and eliminating the spill source,
and mitigation, removal and disposal of the material.
E. Standby, On-Site, Material and Equipment
The plan shall identify the equipment and materials the Contractor will maintain on site
to carry out the preventive and responsive measures for the items listed.
F. Reporting
The plan shall list all federal, state and local agency telephone numbers the Contractor
must notify in the event of a spill.
G. Program Management
Identify site security measures, inspection procedures and personnel training procedures
as they relate to spill prevention, containment,response, management and cleanup.
H. Preexisting Contamination
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special l a_ph2_GO.doc\AQ\tp Page 16
SPECIAL PROVISIONS - Continued
If preexisting contamination in the project area is described elsewhere in the plans or
specifications, the SPCC plan shall indicate measures the Contractor will take to conduct
work without allowing release or further spreading of the materials.
WOW
2. Attachments
'W" A. Site plan showing the locations identified in (1. B. and 1. C.)noted previously.
B. Spill and Incident Report Forms, if any,that the Contractor will be using.
IMP
Implementation Requirements
The Contractor shall be prepared and shall carry out the SPCC plan in the event of a
hazardous spill within the project limits.
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 to their original condition as possible. Private property
used by the Contractor for staging and storage shall be restored to the satisfaction of the
property owner. All lawn within the area to be disturbed by the Contractor's operations
IOW 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-inch compacted topsoil and sod. Disturbed lawn areas, after replacement, shall
be watered a minimum of four (4) separate times a week for three weeks. The Contractor
shall periodically water, as needed depending on temperature. The water shall be of such
duration as to soak the sodded areas thoroughly and promote good root growth.
Such removal and restoration shall be paid under the bid items "Removal of Structure and
Obstruction", "Restore Existing Landscaping", and "Crushed Surfacing Top Course".
'•"' 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments
All existing survey monuments and property corner 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 Owner to
reference the markers and/or monuments and return and replace them, as required by state
law. All existing property corner markers disturbed or removed by the Contractor's
operations shall be replaced at the Contractor's own expense.
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 Owner, individual water service
pipes may be off line for 4 hours and catch basins for 8 hours. Sanitary sewer service
systems shall be maintained operational in as continuous a manner as possible. No City
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 17
wrr
SPECIAL PROVISIONS - Continued
of Renton sewer service will be allowed to be shut down for more than 8 hours per day.
Where services are to be shut down, affected parties and the Owner shall be notified in
writing at least 72 hours in advance of the time and period of shut-down. Although not IN
anticipated, any work associated with the King County Department of Natural Resource's
sewer must be coordinated with King County Department of Natural Resources prior to
commencement of the Project. The Contractor shall make every effort to keep shut down
schedules to periods of anticipated minimum usage and for the least period of time. The
Contractor shall be responsible for monitoring for potential problems with utilities that
are temporarily shut off. Services will need to be restored if a significant problem occurs.
Where services are planned to be temporarily shut down, affected parties shall be notified
in writing at least 48 hours and not more than 72 hours in advance of the time and period
of shutdown.
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.
1-07.17 Utilities and Similar Facilities
Section 1-07.17 of the APWA Division 1 General Requirements is supplemented per the
Supplemental Specifications and with 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 unless otherwise noted on the Plans as potholed. 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/her work under this Contract. The Owner assumes no
responsibility for improper locations or failure to show in advance of pipe installation to
verify that the required vertical and horizontal clearances exist. Any adjustment to pipe use
location and elevation must be approved by the Owner prior to installation.
The Contractor shall check with the utility companies concerning any possible conflict .n
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.
Extra precaution shall be taken to avoid the 108-inch King County Department of Natural
Resources sanitary sewer line and its associated manholes.
Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will
be done during the prosecution of the work for this Project.
wit
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 18
Win
SPECIAL PROVISIONS - Continued
The Contractor shall protect from damage private and public utilities, including telephone
and telegraph lines, power lines, storm sewer, sanitary sewer, water lines, railroad tracks
and appurtenances, highway lighting and signal systems, and similar facilities.
Attention is directed to the possible existence of underground facilities which are not
shown in the Plans. The Contractor shall examine in detail all plans including but not
limited to, existing water, gas, telephone, cable, fiberoptics, electric power and sewerage
utilities available with utility owners as required above.
The Contractor shall call the Utility Location Request Center (One Call Center) for field
location, not less than two nor more than ten business days before the scheduled date for
commencement of excavation which may affect underground utility facilities, unless
otherwise agreed upon by the parties involved. A business day is defined as any day other
than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number
for the One Call Center for this project is 1-800-424-5555.
`" The Contractor is also warned that there may be utilities on the Project that are not part of
the One Call System. They must be contacted directly by the Contractor for locations.
No excavation shall begin until all known facilities, in the vicinity of the excavation area,
have been located and marked.
The Contractor shall be responsible for any breakage of utilities or services resulting from
his operations, and shall hold the Owner and its consultants and agencies harmless from
any claims resulting from disruption of or damages to same.
The right is reserved to the Owner and the owners of facilities, or their authorized agents,
to enter upon the right-of-way for the purpose of making changes as are necessary for the
rearrangement of their facilities or for making necessary connections or repairs. The
Contractor shall cooperate with forces engaged in this work and shall conduct his
operations in such a manner to avoid any unnecessary delay or hindrance to the work
being performed by other forces. Wherever necessary, the Contractor's work shall be
coordinated with the rearrangement of utility or other facilities, and the Contractor shall
make arrangements with the owner of the facilities for the coordination of the work.
When the relocation of these facilities are necessary to accommodate the Work, the
Owner will provide for the relocations of these facilities by other forces, or the
relocations shall be performed by the Contractor pursuant to written authorization and
will be paid for by applicable unit prices, agreed price, or as force account.
All other costs incurred as a result of performance of the Contractor's obligations in this
section shall be incidental to the Contract and included in the unit prices.
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 and included in the other items of the Contract.
Contractor warrants and represents that he/she has personally, or through his or her
employees and/or subcontractors, examined the right-of-way areas subject to this
agreement and that he/she is knowledgeable of specific locations for water, gas,
telephone, cable, fiberoptics, electric power and combined sewerage utilities within such
rights-of-way. Contractor further warrants and represents that he/she has also examined in
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 19
•
SPECIAL PROVISIONS - Continued
rr
detail the locations of such utilities shown on the Contract Plans or provided to it by
affected utility companies or entities.
rr,
Contractor also warrants and represents that he/she is fully aware of the statutory
provisions contained in RCW 19.122.010 through .900, that he/she has read and fully
understands the same, and that he/she will comply with the requirements of these
provisions which are incorporated by reference herein. Contractor agrees that he/she shall
be an excavator as defined under RCW Chapter 19.122 and that such utilities constitute
underground facilities. The parties agree that remedies affected under RCW Chapter
19.122 are also incorporated by reference herein. Any cost to the Contractor as a result of
this law shall be at the Contractor's expense.
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 Inv
from interruption in utilities 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
throughout this chapter. grig
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.
sir
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 or
below the ground is moved or otherwise displaced by an 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.
rr
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Specialla_ph2_GO.doc\AQ\tp Page 20
..r
SPECIAL PROVISIONS - Continued
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.
"r` K. "Reasonable accuracy" means location within twenty-four inches of the outside
dimensions of both sides of an underground facility.
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 with 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 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
with the 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
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 21
oar
SPECIAL PROVISIONS - Continued
the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all
known facilities have been marked. Once marked by the owner of the underground
facility, the excavator is responsible for maintaining the markings. Excavators shall have it
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.
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
appurtenance 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. to
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 .r
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.
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 imi
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.
r■
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a_ph2_GO.doc\AQ\tp Page 22 ■11
SPECIAL PROVISIONS - Continued
C. 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.)
191.122.050 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 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.
19.122.080 Waiver of notification and marking requirements
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 23
■r
SPECIAL PROVISIONS - Continued
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
sii
If any provisions of this act or its application to any person or circumstance is held
invalid, the remainder of the act or the application of the provision to other persons or
circumstances is not affected. (1984 c 144 9.)
Contractor also agrees that he/she shall fully comply with Sections 1-07.16 and 1-07.17
relating to Protection and Restoration of Property, Utilities and similar facilities, and
public liability and property damage insurance provisions of the Standard Specifications
as supplemented by these Special Provisions.
Notification +r
The Contractor is responsible for coordination and scheduling of utility undergrounding
and relocation activities with the utility companies. Each utility company shall be notified .
that their work will commence at least 15 working days in advance of their scheduled
start date. It is anticipated that most of this coordination will be handled at the weekly
coordination meeting so that the utility companies can organize similar work between ,
themselves as well.
Puget Sound Energy(PSE)
Where there exists potential PSE gas line conflicts, either as shown on the Plans and/or as
directed by the Owner and/or suspected by the Contractor, the Contractor shall pothole
and survey well in advance to determine the exact location of the possible conflicting
utility. If it is determined that a conflict exists, the Contractor shall then notify PSE a
minimum of fifteen (15) working days in advance of the required relocation work, and
shall coordinate all relocation construction activities with the PSE manager during the
relocation process. PSE will furnish all work necessary to adjust, relocate, replace, or
construct their facilities, and the Contractor shall work with PSE to determine a suitable
location for the relocated utility so that there will be no conflict with the Contractor's
operations and construction of the new utility. .�
1-07.17(1) Contractors Notification of Excavation (New Section) est
Prior to the commencement of excavation the Contractor shall notify all owners of
underground facilities that excavation will occur by calling the Utility Location Request
Center (One-Call Center). See Special Provisions Section 1-07.17 for more information.
Where the construction includes excavation and construction of utilities that cross
existing utilities, the Contractor shall contact the Utility Company at least seven (7)
business days prior to excavation. The Contractor shall be responsible for maintaining
communication with utility contacts as schedules change.
1-07.17(3) Utility Potholing (New Section)
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\SpecialIa ph2_GO.doc\AQ\tp Page 24
SPECIAL PROVISIONS - Continued
If reasonable doubt exists as to the exact location and depth of an existing utility, the
Owner may direct the Contractor to verify field additional locations not shown on the
„�. Plans. In no way shall the work described under Utility Potholing relieve the Contractor
of any of the responsibilities described in Section 1-07.17 of the Standard Specification
or these Special Provisions. Prior to any construction activities, the Contractor shall
coordinate with the Owner and determine the locations of all potholes. Surveying of the
INA
potholed utility shall be in accordance with Supplemental Specifications Section 1-
05.5(2). Once the exact depth and location of the existing utilities are know, the
Contractor shall provide that information to the Owner in writing prior to the
commencement of any construction.
1-07.17(4) Water Service Line Relocation and Replacement (New Section)
The Contractor shall protect all water service lines crossings from damages during
construction. Before proceeding with construction activities near water service crossings,
the Contractor shall pothole crossings in advance to determine if a conflict exists with the
I'" proposed storm pipe. If a conflict exists, the Contractor shall notify the Project Engineer
and coordinate service line relocation with the City of Renton Water Maintenance
Department. Should potholing reveals that the existing water service line is made of
galvanized piping, the Contractor shall notify the Project Engineer and coordinate the
replacement of the galvanized line with copper pipe by the City Water Maintenance
Department. A two-week advance notice shall be required for each water service
requiring relocation or replacement.
If a water service line does not require relocation or replacement and is damaged during
the course of construction, the Contractor shall be responsible for all labor, materials and
°�► equipment costs associated with the repair or replacement of the service line by the City
Water Maintenance Department.
The following sequence shall apply to all planned water service line replacement or
relocation:
1. Contractor potholes and identifies the elevations and pipe materials for all
... water service line crossings with the new storm pipe.
2. If there is a conflict between the existing service line with the new storm
line or if the existing service line is made of galvanized pipe, the
+■ Contractor notifies the City and coordinates the relocation or replacement
of the service line by the City Water Maintenance Department. A two-
week advance notice shall be required for each water service requiring
„O relocation or replacement.
3. City of Renton Water Maintenance Department will replace the service
line with a new copper line from the water main to the meter.
The following shall apply to the repair and replacement of damaged copper water service
lines that are not in conflict with the new storm line:
1. The Contractor shall notify the City immediately of the damage and coordinate
temporary repair of the service line by the City.
2. City of Renton Water Maintenance Department will temporarily shut off water
supply and install a temporary "splice".
3. Contractor will complete storm pipe installation at service line crossing.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 25
rr
SPECIAL PROVISIONS - Continued
4. City of Renton Water Maintenance Department will replace the entire copper _
service line from the main to the water meter once the storm line work is well
clear of the service line. 101
1-07.18(1) General
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
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 in the City of Renton
Construction Contracts Insurance and Related Requirements enclosed in the bid
document).
B. Comprehensive General Liability: (under limits of liability stated in the City of
Renton Construction Contracts Insurance and Related Requirements enclosed in
the bid document).
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 From Property Damage.
C. Comprehensive Automobile Liability: (under limits of liability stated in the City
of Renton Construction Contracts Insurance and Related Requirements enclosed
in the bid document) including Owned, Hired, and Non-owned Vehicles.
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.
so
Policies shall also specify insurance provided by Contractor will be considered
primary and not contributory to any other insurance available to the Owner.
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 Al2.
1-07.18(4) Endorsement
The Contractor shall also name the Owner and Engineer, and their officers, directors,
agents, and employees as "additional insureds"under the insurance policies.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2lSpecial la_ph2_GO.doc\AQ\tp Page 26
wr
SPECIAL PROVISIONS - Continued
Subsequent to award of the Contract the Contractor shall submit to the Owner the
following:
1. City of Renton Insurance Information Form enclosed in the bid document
without modification and policy declaration pages obtained from the insurance
carrier.
2. Insurance Questionnaire (enclosed within the bid document) completely filled out
and appropriate executed.
3. Insurance Endorsement (enclosed with the bid document) executed by an
appropriate representative of the insurance company(ies).
1-08 PROSECUTION AND PROGRESS
1-08.1(3) Hours of Work(Addition)
Station 1+13 to Station 7+25
The workday shall be defined as the time period from 7:00 p.m. to 6:30 a.m. the
following day. The workweek shall be defined as the time period from 7:00 p.m. Sunday
to 6:30 a.m. Saturday.
Station 7+25 to Station 17+00
The workday shall be defined as the time period from 9:00 p.m. to 6:30 a.m. the
following day. The workweek shall be defined as the time period from 9:00 p.m. Sunday
„11, to 6:30 a.m. Saturday.
Rainier Ave. S. and SW 7th Street Intersection (Station 17+00 to Station 21+00)
Construction work at the intersection of Rainier Ave. S. and SW 7th Street (Station 17+00
to 21+00) shall be limited to weekends. The workday shall be defined as the time period
from 9:00 p.m. to 6:30 a.m. the following day. Weekend work shall be defined as the
time period from 9:00 p.m. Saturday to 6:30 a.m. Monday.
The Contractor shall have traffic control devices cleared from the roadway between
Station 1+13 to Station 21+00 by 6:30 a.m.
For all other portions of the Project, work hours shall be limited to weekdays only
between the hours of 7:00 a.m. and 3:30 p.m. unless otherwise approved in advance by
the Owner.
Noise Variance
The City has been issued a noise variance to conduct night work for this project. The
contractor shall comply with all contractor related requirements of the noise variance as
stated below:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase H Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 27
•
ma
SPECIAL PROVISIONS - Continued
am
• All night work between Station 1+13 and Station 21+00 must be completed in
110 nights.
• All night work shall be completed by September 30, 2004.
• Lighting used for nighttime work shall be directed away from oncoming traffic
and residence or shielded.
• All haul vehicles shall have rubber bed liners to reduce noise impact.
• All backup warning devices employed shall be the least obtrusive ambient
sensitive type or the contractors may use a backup observer in lieu of backup
warning devices as allowed by WAC Chapter 296-155-610 (2) (e).
• The contractor shall provide training of noise mitigation to all workers and
inspectors. The contractor shall have an acoustics expert/inspector, aware of
mitigation measures, onsite at all times to ensure immediate enforcement action
of said measures.
• Contractor may need to employ additional mitigation measures if two
substantial complaints within the area of work are received by City staff
• The contractor shall notify affected residents identified in the City of Renton
application about the nighttime work at least (7) seven calendar days in advance
of initiating nighttime work.
• Any unwanted material shall be removed by sweeping. No scraping type of
equipment shall be used. ,rr
A copy of the noise variance is included in the bid document.
Truck hauling shall be limited to the hours of 7:00 a.m. to 3:30 p.m. on arterial streets
unless working at night when hauling is allowed per the conditions set by the traffic
control permit.
ime
The Contractor shall give a minimum 48 hours notice to the Owner prior to work on any
roadway and shall do no work on the roadway without a traffic control plan approved by
the City of Renton Traffic Engineer. mm
Work on weekends will not be allowed, except as noted in these Special Provisions and
as approved in writing by the Owner. ..
1-08.3 Progress Schedule (Addition)
Section 1-08.3 is supplemented with the following:
The order of work, except as may otherwise be outlined herein, will be at the Contractor's
option, in keeping with good construction practice. The work shall be scheduled and a„
constructed in accordance with the various permits and franchise requirements and/or
conditions.
Prior to starting construction, the Contractor shall furnish the Owner with a construction "➢`
program, indicating thereon his/her proposed schedule and method of processing the
work.
As a first order of work, the Contractor shall provide material submittals and shops
drawings.
As a second order of work, the Contractor shall prepare a Work Plan per Special
Provision Section 1-04.12 which includes a construction sequence,
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 28 Ills
SPECIAL PROVISIONS - Continued
mobilization/demobilization plan, shoring plan, Stormwater Pollution Prevention Plan
(including detailed erosion control with dewatering plan), traffic control plan, street
„o, cleaning and sweeping, and stormwater bypass plans and transmit them to the Owner
within ten(10) days of the Contract award.
As a third order of work, the Contractor shall attend a mandatory pre-construction
meeting.
As a fourth order of work, the Contractor shall call 1-CALL (1-800-424-5555) and have
utilities "marked" in the field by the various utility owners. The Contractor shall
coordinate any utility relocations with the appropriate utilities prior to commencement of
the Project.
The remaining order of work shall be at the Contractor's option, in keeping with
generally accepted good construction practice and within the allowable hours of work.
However, the Contractor shall coordinate work"by others"which will effect mobilization
SNP and demobilization efforts.
As a second to last order of work, the Contractor shall satisfactorily complete all
,.. preliminary and final "punch list" items, then, as a last order of work, the Contractor
shall provide as-built information and drawings to the Owner for review and approval.
The Contractor shall so schedule his/her work such that all costs associated with as-built
drawings will be included in the lump sum unit price bid item "Construction Surveying,
so" Staking, and As-built Drawings" for as-built drawings. The remaining items needed to
comply with this "Order of Work" will be considered incidental to the Project, and as
such, merged in the various items bid.
The Contractor shall conduct the order of work to allow all existing facilities to remain
operational except as noted herein during the construction of this Project, and to
minimize disruption of any utility service.
1-08.5 Time for Completion (Additional Section)
awo The Contractor shall complete all work within the working days specified within the
Contract Documents. 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)
vs. The Owner reserves the right to charge the Contractor and may deduct from periodical
and 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 schedule date of
completion.
ilia
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special l a ph2_GO.doc\AQ\tp Page 29
r..
SPECIAL PROVISIONS - Continued
1-09 MEASUREMENT AND PAYMENT
1-09.8 Payment for Material On Hand (Addition) ,
Section 1-09.8 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.
Estimates of quantities of materials furnished by the Owner are understood to be ma
approximate only and, unless otherwise specified, the Owner will in no way be
responsible for any increased costs or extra expenses 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 Owner. The Owner reserves the right to make the final determination
as to whether payment will be made for"Material on Hand". "1"
1-09.9 Payments
Section 1-09.9 is supplemented 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 Owner 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 Owner, less any deductions for failure to complete the work
within the time specified; and less any deductions for claims and damages paid by the
Owner due to acts or omissions of the Contractor and for which he/she 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.
am
1-09.9(2) Retainage
Section 1-09.9(2) of the APWA Division 1 General Conditions is supplemented with the
following:
Upon completion of the Project the retainage shall be returned to the Contractor when all
am
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 am
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,
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 30 NO
SPECIAL PROVISIONS - Continued
and "Affidavit of Wages Paid". This affidavit certifies that all prevailing wage
requirements have been met.
3. The Contractor shall submit a complete Affidavit of Industrial Insurance
Compliance to the Owner.
4. At least 30 days have elapsed since final acceptance of the Project by the City of
Renton at one of its regularly scheduled meetings.
5. The City Clerk must have received a "Release" for the Project from the
Department of Revenue
,,,, 6. The Contractor must demonstrate that payments to the Department of Labor and
Industries for worker's compensation premiums are current.
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.
1-09.14 Payment Schedule (New Section)
GENERAL—Scope
Payment for the various items listed in the Proposal, 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
°r► incidentals appurtenant to the items of work being described, as necessary to complete the
various items of the work all in accordance with the requirements of the Contract
Documents, including all appurtenances thereto, and including all costs of compliance
with the regulations of public regulations of public agencies having jurisdiction,
including Safety and Health Administration of the US Department of Labor(OSHA).
The Owner shall not pay for material quantities that exceed the actual measured amount
used and approved by the Owner.
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 various bid
prices. No separate payment will be made for these items.
1-09.14(1) Basic Bid (New Section)
This section is an outline of the basic bid, which determines the low bidder for this
AAA Project.
Bid Item 1: Mobilization, Cleanup, and Demobilization (LS)
oar Measurement of Mobilization and Demobilization shall be per lump sum. Seventy
percent (70%) of this item will be paid after the Contractor is fully in operation and
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 31
rii
SPECIAL PROVISIONS - Continued
construction of the Project has began; thirty percent (30%) remaining of this item will be
included in the estimate issued at the completion of the work provided that all equipment
has been removed from the Project, as-built drawings are submitted and approved by the
Owner, and the cleanup is acceptable to the Owner.
The lump sum Contract price for Mobilization and Demobilization shall be full
compensation for providing, furnishing, and installing all work and materials necessary to
move or organize equipment and personnel onto the site, provide all necessary equipment
for night work including but not limited to lighting, generators, etc., provide and place
Project sign, provide and maintain support facilities, cleanup the Project site once art
construction is completed, and obtain all necessary permits, licenses, and bonds.
The Contractor shall provide a Project sign to be placed in a location to be determined by ,■
the Owner. The sign shall be constructed to the specifications shown in the standard
details and Plans.
The Contractor shall prepare a Work Plan per Special Provisions Section 1-04.12, which
shall include the following:
1. Construction sequence and schedule for all major items of work.
2. Mobilization Plan showing the proposed location for storage of all equipment and
materials. oft
3. Shoring Plan.
4. Temporary Erosion and Sediment Control Plan for all stages of the Project. gip
5. Traffic Control Plan.
6. Street Cleaning and Sweeping Plan.
7. Dewatering Plan.
8. Stormwater Bypass Plan.
9. Noise Variance Complaint Plan
10. Night Work Construction Plan
11. Protection of Existing Utilities Plan
12. Stormwater Pollution Prevention Plan.
13. Spill Prevention, Control and Countermeasures Plan.
Bid Item 2: Construction Surveying, Staking, and As-built Drawings (LS)
Measurement for Construction Surveying, Staking, and As-built Drawings shall be per
lump sum.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 32
SPECIAL PROVISIONS - Continued
ama
The lump sum Contract price for Construction Surveying, Staking, and As-built
Drawings shall be full compensation for furnishing all materials, labor, tools, and
equipment necessary as provided in the Supplemental Specifications Sections 1-05.5(4)
and 1-05.5(5). All survey work shall be done under the direct supervision of a qualified
surveyor licensed by the State of Washington, and in accordance with the City of Renton
Surveying Standards. The existing curb line shall be surveyed prior to construction in
order to replace the curb in kind.
Payment for this item will be prorated over the construction period.
Bid Item 3: Traffic Control (LS)
Measurement of Traffic Control shall be per lump sum.
The lump sum Contract price for Traffic Control shall be full compensation for all
materials, labor, tools, and equipment required to prepare the Traffic Control Plan and
provide traffic control during the duration of construction, including temporary pavement
markings, mobilization and demobilization.
... The Contractor shall prepare a Traffic Control Plan for review and approval by the
Owner. The Plan shall address the proposed working areas, signage, flaggers, Contractor
access to the working area, truck and equipment haul routes, and public access during
construction. The Traffic Control Plan shall comply with Supplemental Specifications
Section 1-10.2(2).
Allowable work hours are given in Special Provisions Sections 1-04.12 and 1-08.1(3).
Actual work hours will be approved in the Traffic Control Plan. The Owner may revise
the work hours to address traffic problems or specific concerns identified during
construction.
The Project traffic control requirements shall be as required in Special Provisions Section
1-04.12.
Payment for this item will be prorated over the construction period.
Bid Item 4: Temporary Water Pollution/Erosion Control (LS)
Measurement of Temporary Water Pollution/Erosion Control shall be per lump sum.
The lump sum Contract price for Temporary Water Pollution / Erosion Control shall be
full compensation for all materials, labor, tools, and equipment required to prepare
temporary water pollution and erosion control plan and furnish, install, and maintain the
temporary erosion control measures as shown on the Plans, as specified in the Special
Provisions, and as directed and approved by the Owner.
Payment for this item will be prorated over the construction period.
Bid Item 5: Dewatering (LS)
Measurement of Dewatering shall be per lump sum.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 33
it
SPECIAL PROVISIONS - Continued
The lump sum Contract price for Dewatering shall be full compensation for all materials,
labor, tools, and equipment required to prepare, furnish, and install dewatering measures
as shown on the Plans, and as directed and approved by the Owner, and as specified in .r
the Special Provisions.
Contractor will be required to comply with the requirements of the King County
groundwater discharge permit and the NPDES and State Waste Discharge General Permit
for stormwater discharge associated with construction activities provided in the Contract
Documents. These requirements include a maximum discharge limit, special conditions,
monitoring requirements and reporting requirements. Contractor shall monitor all sag
groundwater discharges to the storm sewer or sanitary sewer daily.
As part of the Special Provisions, the Contractor shall pump any groundwater
encountered during construction to the storm drainage system. Discharge shall not
exceed State water quality standards and shall comply with the approved Stormwater
Pollution Prevention Plan. Contractor maybe required to pump groundwater into a
settling tank or approved treatment facility prior to discharge to the storm drain system.
If discharge to the storm drainage system exceeds State water quality standards, the
Owner may require the Contractor be discharge groundwater to the sanitary sewer.
Discharge to the sanitary sewer will require pre-settling through the use of a settling tank am
or approved treatment facility.
Payment for this item will be prorated over the construction period.
Bid Item 6: Temporary Bypass Pumping (LS)
Measurement of Temporary Bypass Pumping shall be per lump sum.
The lump sum Contract price for Temporary Bypass Pumping shall cover the complete no
cost of furnishing, installing, and removing adequate pumps, pipes, hoses and other
equipment necessary to bypass stormwater or sewer as need during construction.
vat
The Contractor shall provide a storm bypass system designed for an estimated 6-month
peak flow rate of 46 cfs at Lind Ave. SW. The anticipated following flow rates at Lind
Ave. SW and at Station 4+75 are provided below:
Lind Ave. SW Station 4+75
2-yr peak flow= 72 cfs 2-yr peak flow=21 cfs ,.
10-yr peak flow= 89 cfs 10-yr peak flow= 25 cfs
25-yr peak flow= 91 cfs 25-yr peak flow=29 cfs
Payment for this item will be prorated over the construction period.
vie
Bid Item 7: Trench Shoring and Excavation Safety Systems (LS)
Measurement of Trench Shoring and Excavation Safety Systems shall be per lump sum. sr
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 34
SPECIAL PROVISIONS - Continued
Mrs
The lump sum Contract price for Trench Shoring and Excavation Safety Systems shall
cover the complete cost of preparing shoring and excavation safety plan (in relation to
and in accordance with the Traffic Control Plan) and furnishing, installing, and removing
adequate shoring and support for all excavations to provide safe access for workers,
prevent soil sluffing, soil loss, damage to pavement, structures, utilities, and ground
adjacent to the excavation. Trench Excavation Safety Systems shall comply with WAC
296-155 Part N, Standard Specifications Section 2-09.3(3), Special Provision Section 7-
08.3(1)B, and all other applicable State and Federal regulations.
Payment for this item will be prorated over the construction period.
Bid Item 8: Locate and Protect Existing Utilities (LS)
Measurement of Locate and Protect Existing Utilities shall be per lump sum.
The lump sum Contract price for Locate and Protect Existing Utilities shall be full
compensation for locating and/or protecting all existing utilities, as may be required for
the fulfillment of all requirements of Special Provisions Section 1-07.17. This shall
include, but is not limited to all costs of digging exploratory pits and
protecting/restraining existing utilities during excavation including but not limited to the
water, sewer, gas, power, telephone, fiber optics and storm drainage lines.
Payment for this item will be prorated over the construction period.
Bid Item 9: Removal of Structure and Obstruction (LS)
Measurement of Removal of Structure and Obstruction shall be per lump sum.
The lump sum Contract price for Removal of Structure and Obstruction shall be full
compensation for furnishing all tools, labor, equipment, materials and incidentals
necessary for removing, relocating, wastehauling disposal and delivery of items as noted
on the Plans and as described in Special Provisions Section 2-02.1.
This bid item shall also include the removal, replacement, and/or relocation of surface
features not included under other bid items. These features include but are not limited to
mailboxes, utility boxes and vaults, power poles, sidewalks, driveways, pavement, curbs,
SNIII and other miscellaneous material that requires removal for project construction.
Payment for this item will be prorated over the construction period.
Bid Item 10: Remove/Relocate Existing Signing(LS)
Measurement for Remove/Relocate Existing Signing shall be per lump sum.
The lump sum Contract price for Remove / Relocate Existing Signing shall be full
compensation for all materials, labor, tools, and equipment required to furnish, install,
remove, and/or relocate existing signing per Standard Specification Section 8-21, and as
shown on the Plans, as specified in the Special Provisions, and as directed by the Owner.
Bid Item 11: CPEP Drain Pipe 8-Inch Diameter(incl. bedding) (LF)
oso
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 35
wo
rrr
SPECIAL PROVISIONS - Continued
r
Measurement of CPEP Drain Pipe 8-Inch Dia. shall be per lineal foot along the invert of
the pipe from end to end of the finished installed pipe length from inside of the manhole
or structure.
The unit Contract price per lineal foot of CPEP Drain Pipe 8-Inch Dia. shall be full
compensation for all labor, materials, equipment, excavation, new pipe, installation, .�
bedding, all appurtenances (such as special fittings, bends, connections, catch basin
connectors, etc.), placement of trench backfill, compaction, loading and disposal of
excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of
Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and
installed.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95% maximum density per ASTM D1557.
WIN
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
sib
when placed.
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in
the unit price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
est
Bid Item 12: Ductile Iron (DI) Drain Pipe 12-Inch Dia. (incl. bedding) (LF)
Measurement of Ductile Iron Drain Pipe 12-Inch Dia. shall be per lineal foot along the ■"
invert of the pipe from end to end of the finished installed pipe length from inside of the
manhole or structure.
w►
The unit Contract price per lineal foot of Ductile Iron Drain. Pipe 12-Inch Dia. shall be
full compensation for all labor, materials, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, catch basin
connectors, etc.), placement of trench backfill, compaction, loading and disposal of
excess materials, cleaning, etc. DI pipe shall meet the requirements of Standard
Specifications Section 9-05.13. The DI pipe shall be class 52.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Rigid Pipe per Standard Specifications Section 9-03.15.
Bedding material shall be placed from a minimum of 6" below the pipe to 6" above the
top of the pipe and compacted to 95% maximum density per ASTM D1557.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 36
WS
allow
SPECIAL PROVISIONS - Continued
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
r.•
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in
"' the unit price bid for pipe in place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
trot meeting the general requirements for select borrow material, the maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
MINI Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
Bid Item 13: CPEP Drain Pipe 12-Inch Diameter(incl. bedding) (LF)
Measurement of CPEP Drain Pipe 12-Inch Dia. shall be per lineal foot along the invert of
the pipe from end to end of the finished installed pipe length from inside of the manhole
or structure.
The unit Contract price per lineal foot of CPEP Drain Pipe 12-Inch Dia. shall be full
compensation for all labor, materials, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, catch basin
4., connectors, etc.), placement of trench backfill, compaction, loading and disposal of
excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of
Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and
installed.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
"" 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95%maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
.• meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
AIM
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in
the unit price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid"Bank Run Gravel for Trench Backfill".
.r.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 37
wic
.wr
SPECIAL PROVISIONS - Continued
Bid Item 14: CPEP Drain Pipe 18-Inch Diameter(incl. bedding) (LF)
iie
Measurement of CPEP Drain Pipe 18-Inch Dia. shall be per lineal foot along the invert of
the pipe from end to end of the finished installed pipe length from inside of the manhole
or structure.
.w
The unit Contract price per lineal foot of CPEP Drain Pipe 18-Inch Dia. shall be full
compensation for all labor, materials, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, catch basin
connectors, etc.), placement of trench backfill, compaction, loading and disposal of
excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of
Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and wr
installed.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9- `
03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95%maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed. 'a
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in
the unit price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as im`
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
Bid Item 15: CPEP Drain Pipe 24-Inch Diameter(incl. bedding) (LF)
Measurement of CPEP Drain Pipe 24-Inch Dia. shall be per lineal foot along the invert of voi
the pipe from end to end of the finished installed pipe length from inside of the manhole
or structure.
The unit Contract price per lineal foot of CPEP Drain Pipe 24-Inch Dia. shall be full
compensation for all labor, materials, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, catch basin
connectors, etc.), placement of trench backfill, compaction, loading and disposal of
excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of
Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and
installed.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 38
AIM
SPECIAL PROVISIONS - Continued
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
„ 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95%maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in
the unit price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
Bid Item 16: Class IV Reinforced Concrete Drain Pipe 24-inch Dia. (incl. Bedding)
"' (LF)
Measurement of Class IV Reinforced Concrete Drain Pipe 24-inch Dia. shall be per lineal
�-► foot along the invert of the pipe from end to end of the finished installed pipe length from
inside of the manhole or structure.
The unit Contract price per lineal foot of Class IV Reinforced Concrete Drain Pipe 24-
inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new
pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of Concrete drain pipe shall meet the
requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall
be furnished and installed.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95% maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special Iajh2_GO.doc\AQ\tp Page 39
w
SPECIAL PROVISIONS - Continued
material. Payment to haul and dispose of excess excavated material shall be included in
the unit price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
Bid Item 17: CPEP Drain Pipe 36-Inch Diameter (incl. bedding) (LF)
Measurement of CPEP Drain Pipe 36-Inch Dia. shall be per lineal foot along the invert of
the pipe from end to end of the finished installed pipe length from inside of the manhole
or structure.
The unit Contract price per lineal foot of CPEP Drain Pipe 36-Inch Dia. shall be full
compensation for all labor, materials, equipment, excavation, new pipe, installation,
bedding, all appurtenances (such as special fittings, bends, connections, catch basin
connectors, etc.), placement of trench backfill, compaction, loading and disposal of
excess materials, cleaning, etc. CPEP stormwater pipe shall meet the requirements of
Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall be furnished and
installed. .r
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95%maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material rr
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed. ses
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in ""
the unit price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as ,rr
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
Bid Item 18: Class IV Reinforced Concrete Drain Pipe 60-inch Dia. (incl. bedding)
(LF)
Measurement of Class IV Reinforced Concrete Drain Pipe 60-inch Dia. shall be per lineal
foot along the invert of the pipe from end to end of the finished installed pipe length from
inside of the manhole or structure.
The unit Contract price per lineal foot of Class IV Reinforced Concrete Drain Pipe 60-
inch Dia. shall be full compensation for all labor, materials, equipment, excavation, new
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 40
SPECIAL PROVISIONS - Continued
pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections,
catch basin connectors, etc.), placement of Concrete drain pipe shall meet the
requirements of Special Provisions Sections 9-05.19 and 9-05.20. Watertight joints shall
be furnished and installed.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95%maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
Excess and/or unsuitable excavated material shall 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 excess excavated material shall be included in
the unit price bid for pipe in place.
"w. Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid"Bank Run Gravel for Trench Backfill".
Bid Item 19: Catch Basin Type 1 (EA)
10011 Measurement of Catch Basin Type 1 shall be per each.
The unit Contract price per each for Catch Basin Type 1 shall be full compensation for all
labor, materials, tools, equipment, concrete base, precast concrete catch basin sections,
catch basin frame, grate or lid, appurtenances, adjustments, connections to new and/or
existing systems (laterals), backfill with native material, excavation, foundation rock,
compaction, loading, hauling and proper disposal of excess and/or unsuitable materials,
1180 and all other items and work necessary to complete this item of work.
Catch Basin Type 1 shall be per City of Renton Standard Detail B012.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 1 CB's that may be shown on the Plans.
Bid Item 20: Catch Basin Type 2—48-inch Dia. (EA)
Measurement of Catch Basin Type 2—48-inch Dia. shall be per each.
The unit Contract price per each for Catch Basin Type 2 — 48-inch Dia. shall be full
compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems (laterals), backfill with native material,
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special 1 a ph2_GO.doc\AQ\tp Page 41
yam
YitY
SPECIAL PROVISIONS - Continued
as
excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable
materials, and all other items and work necessary to complete this item of work.
Catch Basin Type 2 shall be per City of Renton Standard Detail B027.
This item includes all the different types of frames and grates (standard, vaned, rolled so
curb, other) for Type 2 CB's that may be shown on the Plans.
Bid Item 21: Catch Basin Type 2 —54-inch Dia. (EA)
Measurement of Catch Basin Type 2—54-inch Dia. shall be per each.
The unit Contract price per each for Catch Basin Type 2 -- 54-inch Dia. shall be full t,
compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems (laterals), backfill with native material,
excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable
materials, and all other items and work necessary to complete this item of work.
Catch Basin Type 2 shall be per City of Renton Standard Detail B027.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 2 CB's that may be shown on the Plans. us
Bid Item 22: Catch Basin Type 2 —60-inch Dia. (EA)
Measurement of Catch Basin Type 2—60-inch Dia. shall be per each. u""
The unit Contract price per each for Catch Basin Type 2 -- 60-inch Dia. shall be full
compensation for all labor, materials, tools, equipment, concrete base, precast concrete iie
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems (laterals), backfill with native material,
excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable
materials, and all other items and work necessary to complete this item of work.
Catch Basin Type 2 shall be per WSDOT Standard Plan B-le.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 2 CB's that may be shown on the Plans.
Bid Item 23: Catch Basin Type 2—72-inch Dia. (EA)
Measurement of Catch Basin Type 2—72-inch Dia. shall be per each.
The unit Contract price per each for Catch Basin Type 2 -- 72-inch Dia. shall be full
compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems (laterals), backfill with native material,
excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable
materials, and all other items and work necessary to complete this item of work.
Catch Basin Type 2 shall be per WSDOT Standard Plan B-le.
.r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 42 uif
SPECIAL PROVISIONS - Continued
ASO
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 2 CB's that may be shown on the Plans.
Bid Item 24: Catch Basin Type 2-96-inch Dia. (EA)
Measurement of Catch Basin Type 2-96-inch Dia. shall be per each.
• The unit Contract price per each for Catch Basin Type 2 - 96-inch Dia. shall be full
compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems (laterals), backfill with native material,
excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable
materials, and all other items and work necessary to complete this item of work.
Catch Basin Type 2 shall be per WSDOT Standard Plan B-le.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 2 CB's that may be shown on the Plans.
Bid Item 25: Catch Basin Type 2 - 108-inch Dia. (EA)
Measurement of Catch Basin Type 2- 108-inch Dia. shall be per each.
The unit Contract price per each for Catch Basin Type 2 - 108-inch Dia. shall be full
■- compensation for all labor, materials, tools, equipment, concrete base, precast concrete
catch basin sections, catch basin frame, grate or lid, appurtenances, adjustments,
connections to new and/or existing systems (laterals), backfill with native material,
excavation, compaction, loading, hauling and proper disposal of excess and/or unsuitable
materials, and all other items and work necessary to complete this item of work.
Catch Basin Type 2 shall be per the Standard Detail found in the Contract Documents.
This item includes all the different types of frames and grates (standard, vaned, rolled
curb, other) for Type 2 CB's that may be shown on the Plans.
Bid Item 26: Access Riser-48 inc. Dia. (EA)
Measurement of Access Riser 48-inch Dia. shall be per each.
The unit Contract price per each for Access Riser 48-inch Dia. shall be full compensation
for all labor, materials, tools, equipment, precast concrete catch basin sections, catch
"'• basin frame, grate or lid, appurtenances, adjustments, connections to new and/or existing
systems, backfill with native material, excavation, compaction, loading, hauling and
proper disposal of excess and/or unsuitable materials, and all other items and work
necessary to complete this item of work.
Access riser shall be per detail shown on the Design Plans.
+w.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase H Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 43
mow
SPECIAL PROVISIONS - Continued
Bid Item 27: 18' L x 8' W x 8'-8" H Stormwater Utility Vault (EA)
Measurement of 18' L x 8' W x 8'-8" H Stormwater Utility Vault shall be per each.
The unit Contract price per each for 18' L x 8' W x 8'-8" H Stormwater Utility Vault
shall be full compensation for all labor, materials, tools, equipment, vault sections, lid,
appurtenances, adjustments, connections to new and/or existing systems, excavation,
compaction, loading, hauling and proper disposal of excess and/or unsuitable materials,
and all other items and work necessary to complete this item of work.
18' L x 8' W x 8'-8" H Stormwater Utility Vault shall be per detail shown on the Plans.
Bid Item 28: 20 L x 8' W x 9'-6" H Stormwater Utility Vault (EA)
Measurement of 20' L x 8' W x 9'-6" H Stormwater Utility Vault shall be per each.
The unit Contract price per each for 20' L x 8' W x 9'-6" H Stormwater Utility Vault "i`
shall be full compensation for all labor, materials, tools, equipment, vault sections, lid,
appurtenances, adjustments, connections to new and/or existing systems, excavation,
compaction, loading, hauling and proper disposal of excess and/or unsuitable materials,
and all other items and work necessary to complete this item of work.
20' L x 8' W x 9'-6" H Stormwater Utility Vault shall be per detail shown on the Plans.
Bid Item 29: 24' L x 8' W x 9'-6" H Stormwater Utility Vault (EA)
Measurement of 24' L x 8' W x 9'-6"H Stormwater Utility Vault shall be per each.
The unit Contract price per each for 24' L x 8' W x 9'-6" H Stormwater Utility Vault .wi
shall be full compensation for all labor, materials, tools, equipment, vault sections, lid,
appurtenances, adjustments, connections to new and/or existing systems, excavation,
compaction, loading, hauling and proper disposal of excess and/or unsuitable materials,
and all other items and work necessary to complete this item of work.
24' L x 8' W x 9'-6" H Stormwater Utility Vault shall be per detail shown on the Plans.
Bid Item 30: Bank Run Gravel for Trench Backfill(TN)
Measurement for Bank Run Gravel for Trench Backfill shall be per ton.
This item will be used only when material from trench and structural excavation is
unsuitable for use as backfill and the use of imported backfill is approved by the Owner.
Measurement for gravel trench backfill will be based on actual tonnage weight as 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 no
varies by more than 25 percent.
Imported backfill shall meet Standard Specification Section 9-03.19 and Supplemental
Specification Section 7-10.5.
so
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 44
SPECIAL PROVISIONS - Continued
The unit Contract price per ton for Bank Run Gravel for Trench Backfill shall be full
compensation for all materials, tools, labor, equipment and incidentals for processing,
UMW hauling, placing and compacting the materials as specified or as directed by the Owner.
Payment shall be made according to payment limits as shown on the Plans. No payment
shall be made for costs due to over-excavation and subsequent backfill, unless the Owner
determines that the over-excavation could not be avoided. Over-excavation is defined as
trenching outside the maximum trench or excavation width.
oar Payment to haul and dispose of unsuitable excavated material shall be included in the unit
bid price.
Bid Item 31: Unsuitable Foundation Excavation, Incl. Haul (CY)
Measurement of Unsuitable Foundation Excavation, Incl. Haul shall be per cubic yard by
truck in the hauling vehicle at the point of loading. The quantity for this item is included
to provide a common proposal for bid purposes. The actual quantity used in construction
may vary from that amount. The unit price will not be adjusted if the actual quantity used
varies by more than 25 percent.
The unit Contract price per cubic yard for Unsuitable Foundation Excavation, Incl. Haul
shall be full compensation for excavating, loading, hauling and disposing of the material.
Bid Item 32: Gravel Backfill for Foundation Class B (TN)
Measurement for Gravel Backfill for Foundation Class B shall be per ton. Measurement
•.. for gravel backfill for foundation will be based on actual tonnage weight as determined
by measurement from a certified scale. The quantity for this item is included to provide a
common proposal for bid purposes. The actual quantity used in construction may vary
from that amount. The unit price will not be adjusted if the actual quantity used varies by
more than 25 percent.
The unit Contract price per ton for Gravel Backfill for Foundation Class B shall be full
compensation for all materials, tools, labor, equipment and incidentals for processing,
hauling, placing, compacting, and compaction testing the materials as specified or as
directed by the Owner.
AIM
No payment shall be made for costs due to over-excavation and subsequent backfill,
unless the Owner determines that the over-excavation could not be avoided. Over-
excavation is defined as trenching outside the maximum trench or excavation width.
Payment to haul and dispose of unsuitable excavated material shall be included in the unit
bid price.
eat
Bid Item 33: Controlled Density Fill (CY)
Measurement for Controlled Density Fill (CDF) shall be per cubic yard. 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. Depending on site conditions, the
amount of this item may be zero (0). The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent. CDF shall comply with the requirements
of Special Provision Section 9-03.22.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la.ph2_GO.doc\AQ\tp Page 45
woew
SPECIAL PROVISIONS - Continued
The unit price bid per cubic yard for Controlled Density Fill shall be full compensation
for all labor, equipment and materials required to complete this item of work in
accordance with the Contract Documents.
es
Bid Item 34: Sanitary Sewer Encasement—Station 9+78 (LS)
Measurement for Sanitary Sewer Encasement—Station 9+78 shall be per lump sum.
rr
The lump sum Contract price for Sanitary Sewer Encasement — Station 9+78 shall be full
compensation for the following:
• 8 in. Dia. PVC sanitary sewer pipe
• 14 in. Dia. steel sanitary sewer encasement pipe
• Casing spacers and end caps
• 8 in. flexible coupling
The lump sum Contract price for Sanitary Sewer Encasement— Station 9+78 shall also be
for full compensation of all materials, tools, labor, equipment, excavation, installation, us
bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves,
etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable
materials, cleaning and testing, bypass pumping, etc., required to reconnect the existing ,
sewer main and associated side sewers encountered during construction of the new storm
sewer line as shown on the Plans.
The Contractor is cautioned that the location of all side sewers may not be known and tit
may not be shown on the Plans. Where shown, the location may vary by an unknown
distance in either direction.
All pipe, fittings, and material used shall be approved by the City of Renton Wastewater
Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the
joints.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95% maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
.w
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material.
Payment to haul and dispose of excess excavated material shall be included in the unit
price bid for pipe in place.
as
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 46
vmo
SPECIAL PROVISIONS - Continued
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid "Bank Run Gravel for Trench Backfill".
M" Bid Item 35: Sanitary Sewer Encasement—Station 11+25 (LS)
Measurement for Sanitary Sewer Encasement—Station 11+25 shall be per lump sum.
The lump sum Contract price for Sanitary Sewer Encasement — Station 11+25 shall be
full compensation for the following:
• 6 in. Dia. PVC sanitary sewer pipe
• 12 in. Dia. steel sanitary sewer encasement pipe
• Casing spacers and end caps
"" • 6 in. flexible coupling
The lump sum Contract price for Sanitary Sewer Encasement— Station 11+25 shall also
�,. be for full compensation of all materials, tools, labor, equipment, excavation, installation,
bedding, all appurtenances (such as special fittings, bends, connections, steel sleeves,
etc.), placement of trench backfill, compaction, disposal of excess and/or unsuitable
materials, cleaning and testing, bypass pumping etc. required to reconnect the existing
""' sewer main and associated side sewers encountered during construction of the new storm
sewer line as shown on the Plans.
The Contractor is cautioned that the location of all side sewers may not be known and
may not be shown on the Plans. Where shown, the location may vary by an unknown
distance in either direction.
All pipe, fittings, and material used shall be approved by the City of Renton Wastewater
Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the
joints.
Payment for bedding material shall be included in the unit price bid for pipe in place and
shall be bedding material for Thermoplastic Pipe per Standard Specification Sections 9-
•.. 03.16. Bedding material shall be placed from a minimum of 6" below the pipe to 6"
above the top of the pipe and compacted to 95%maximum density per ASTM D1557.
Payment for excavated trench backfill shall be included in the unit price bid for pipe in
place.
Excavated soil shall be used as backfill for the Project if it is clean, granular material
meeting the general requirements for select borrow material. The maximum particle size
shall not exceed 3" and has a moisture content that will allow at lease 95% compaction
when placed.
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material.
Payment to haul and dispose of excess excavated material shall be included in the unit
price bid for pipe in place.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special la ph2_GO.doc\AQ\tp Page 47
sww
SPECIAL PROVISIONS - Continued
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid"Bank Run Gravel for Trench Backfill". tre
Bid Item 36: Sanitary Sewer Relocation—Hardie Ave. S.W. (LS)
•
Measurement for Sanitary Sewer Relocation—Hardie Ave. S.'W. shall be per lump sum.
The lump sum Contract price for Sanitary Sewer Relocation-- Hardie Ave. S.W. shall be
full compensation for the following:
•r
• 12 in. Dia. AWWA C900 sanitary sewer pipe
• 54 in. Dia. Basic Manhole
• Inside drop (complete)
The lump sum Contract price for Sanitary Sewer Relocation — Hardie Ave. S.W. shall
also be for full compensation of all materials, tools, labor, equipment, excavation,
installation, bedding, all appurtenances (such as special fittings, bends, connections, etc.),
placement of trench backfill, compaction, disposal of excess and/or unsuitable materials,
connection to existing, cleaning and testing, bypass pumping, etc. required to relocate and
reconnect the existing sewer main and associated side sewers encountered during
construction of the new storm sewer line as shown on the Plans.
The Contractor is cautioned that the location of all side sewers may not be known and
may not be shown on the Plans. Where shown, the location may vary by an unknown
distance in either direction.
Side sewers shall be lowered (or raised) to clear the new storm sewer pipe by at least 6
inches vertically unless shown otherwise on the Plans. Side sewer construction shall
conform to City Details B 078 and B079.
Lowering side sewers may be accomplished by cutting the existing sewer pipe back to
behind the sidewalk and installing a vertical cleanout per City Detail B 079. The side
sewer shall be lowered (or raised) to pass beneath (or above) the new storm sewer line
and reconnected to the existing sanitary sewer main in the approximate location as shown
on the Plans. A connection shall be made at the existing tee where provided. Where a tee
is not provided connection shall be made to the sanitary sewer main by use of a Romac
saddle. The minimum slope for the side sewer shall be at least 2%. Where the side sewer
connects to the sanitary sewer main that is to be abandoned, the existing connection shall
be capped with a fitting approved by the Owner.
The exact construction method for lowering (or raising) side sewers shall be reviewed
with the Owner for approval prior to lowering (or raising).
All pipe; fittings, and material used shall be approved by the City of Renton Wastewater
Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the
joints.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specification Section 9-03.16. Bedding Material shall be placed a minimum of 6 inches
ar
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 48
SPECIAL PROVISIONS - Continued
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 for bedding material shall
be included in the unit price.
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 soil backfill shall be included in the
unit price bid for"Bank Run Gravel for Trench Backfill."
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material.
Payment to haul and dispose of excess excavated material shall be included in the unit
price bid for pipe in place.
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under
the unit price bid"Bank Run Gravel for Trench Backfill".
Bid Item 37: Sanitary Sewer Relocation—Shattuck Ave. S. (LS)
Measurement for Sanitary Sewer Relocation—Shattuck Ave. S. shall be per lump sum.
The lump sum Contract price for Sanitary Sewer Relocation — Shattuck Ave. S. shall be
full compensation for the following:
NNW
• 12 in. Dia. AWWA C900 sanitary sewer pipe
The lump sum Contract price for Sanitary Sewer Relocation— Shattuck Ave. S. shall also
be for full compensation of all materials, tools, labor, equipment, excavation, installation,
bedding, all appurtenances (such as special fittings, bends, connections, etc.), placement
of trench backfill, compaction, disposal of excess and/or unsuitable materials, connection
'N" to existing, abandoning pipe, cleaning and testing, bypass pumping, etc. required to
relocate and reconnect the existing sewer main and associated side sewers encountered
during construction of the new storm sewer line as shown on the Plans.
The Contractor is cautioned that the location of all side sewers may not be known and
may not be shown on the Plans. Where shown, the location may vary by an unknown
distance in either direction.
Side sewers shall be lowered (or raised) to clear the new storm sewer pipe by at least 6
inches vertically unless shown otherwise on the Plans. Side sewer construction shall
... conform to City Details B 078 and B079.
Lowering side sewers may be accomplished by cutting the existing sewer pipe back to
,,. behind the sidewalk and installing a vertical cleanout per City Detail B 079. The side
sewer shall be lowered (or raised) to pass beneath (or above) the new storm sewer line
and reconnected to the existing sanitary sewer main in the approximate location as shown
on the Plans. A connection shall be made at the existing tee where provided. Where a tee
is not provided connection shall be made to the sanitary sewer main by use of a Romac
saddle. The minimum slope for the side sewer shall be at least 2%. Where the side sewer
tois
Ii:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 49
r
rrr
SPECIAL PROVISIONS - Continued
aw
connects to the sanitary sewer main that is to be abandoned, the existing connection shall
be capped with a fitting approved by the Owner.
IMO
The exact construction method for lowering (or raising) side sewers shall be reviewed
with the Owner for approval prior to lowering (or raising).
All pipe, fittings, and material used shall be approved by the City of Renton Wastewater
Utility. Rubber or neoprene gaskets as specified by the manufacturer shall be used on the
joints.
Pipe bedding shall be Bedding Material for Thermoplastic Pipe per Standard
Specification Section 9-03.16. Bedding Material shall be placed 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 for bedding material shall
be included in the unit price.
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 soil backfill shall be included in the
unit price bid for"Bank Run Gravel for Trench Backfill."
Excess and/or unsuitable excavated material shall be loaded and disposed of offsite. This
r
includes all soil, asphalt, concrete, existing sewer pipe, and other excavated material.
Payment to haul and dispose of excess excavated material shall be included in the unit
price bid for pipe in place. um
Bank run gravel shall be used only if native material is found to be unsuitable for use as
backfill, after approval by the Owner. Payment for bank run gravel shall be paid under w
the unit price bid "Bank Run Gravel for Trench Backfill".
Bid Item 38: Cement Concrete Curb and Gutter(LF)
wat
Measurement of Cement Concrete Curb and Gutter shall be per lineal foot along the face
of the completed curb including bends. 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.
Curb and gutter shall match the existing curb and gutter in the locations noted on the
Plans, including type and dimensions, unless otherwise noted in the Plans or by the
Owner. Grade shall meet adjacent curb and gutter in a smooth transition. Contractor
shall replace curb and gutter to the nearest construction joint, unless otherwise authorized
by the owner. ow
The unit Contract price per lineal foot for Cement Concrete Curb and Gutter shall be full
compensation for forms, preparation of subgrade, placement, backfill and compaction,
and all other materials, tools, equipment, and labor required for construction as specified
on the Plans.
+.r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special lajh2_GO.doc\AQ\tp Page 50
SPECIAL PROVISIONS - Continued
—
Bid Item 39: Cement Concrete Sidewalk(SY)
,O„ Measurement of Cement Concrete Sidewalk shall be per square yard of finished surface.
The unit Contract price per square yard for Cement Concrete Sidewalk shall be full
compensation for all costs necessary or incidental to furnishing the all labor, equipment,
tools, and materials, in connection with preparing the subgrade, placing a 4-inch
thickness of crushed surfacing, to include but not limited to, construction of cement
concrete sidewalk, handicap ramps, installation of warning strips, construction of
additional width, furnishing and placing all expansion joint material, adjusting existing
residential sidewalks and protecting all sidewalks from damage until accepted by the
Owner. Depending on site conditions, the amount of this item may vary. The unit price
will not be adjusted if the actual quantity used varied by more than 25 percent.
The unit bid price for Cement Concrete Sidewalk shall also include all costs to provide
temporary block outs of sidewalk panels due to utility poles that have not been removed
and/or relocated prior to construction of the sidewalks. This shall include all labor,
materials, tools, and equipment to construct the temporary block outs and construct the
remaining sidewalk sections upon removal of obstructions.
Cement Concrete Sidewalk shall conform to Supplemental Specification Section 8-14,
City of Renton Standard Detail F007 and as shown on the Plans. Sidewalk ADA ramps
shall conform to WSDOT Standard Plan F-3b and F-3a.
Payment for the installation of thickened edge at curb returns and construction of
handicap ramps, as shown on the Plans, shall be included under this bid item. Crushed
surfacing shall be paid under the unit price bid item"Crushed Surfacing Top Course."
Sawcutting shall be paid under the unit price bid item"Sawcutting."
Bid Item 40: Crushed Surfacing Top Course (TN)
Measurement of Crushed Surfacing Top Course shall be per ton.
Measurement for crushed gravel surfacing top course will be based on actual tonnage
weight as determined by measurement from a certified scale. The quantity for this item is
•.� included to provide a common proposal for bid purposes. The actual quantity used in
construction may vary from that amount. The unit price will not be adjusted if the actual
quantity used varies by more than 25 percent.
The unit Contract price per ton for Crushed Surfacing Top Course shall be full
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 Owner.
Any water added to the aggregate at the plant or in the field for placement and
..or compaction shall be considered incidental to this item.
Bid Item 41: Sawcutting(LF)
IWO
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 51
SPECIAL PROVISIONS - Continued
Measurement of Sawcutting shall be per linear foot of pavement or concrete 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.
The unit Contract price per linear foot for Sawcutting shall be full compensation for all
materials, labor, tools, and equipment necessary to saw cut the existing asphalt concrete
Oki
and cement concrete surfaces regardless of the depth encountered or the material to be
saw cut.
Bid Item 42: Temporary Cold Mix Asphalt Concrete Patch (TN)
Measurement of Temporary Cold Mix Asphalt Concrete Patch shall be per ton.
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.
The unit Contract price per ton for Temporary Cold Mix Asphalt Concrete Patch shall be
full compensation for removing and disposing of any disturbed pavement at trench edges,
furnishing, placing, and maintaining temporary patch consisting of 3 inches of temporary
cold mix asphalt during construction.
Cold patch shall be placed, maintained (daily) and removed and waste hauled by the
Contractor.
This item is for temporary asphalt patches. Permanent trench restoration shall be per City
Standard Detail H 032A and as shown on the Plans and as described under the bid item
"Asphalt Concrete Pavement Cl."B"."
Item 43: Asphalt Concrete Pavement Cl. "B" (TN)
.w
Measurement of Asphalt Concrete Pavement Cl. "B" (ACP) shall be per ton with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or
any other component of the mixture.
Measurement for furnishing and installing ACP 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 Si
may vary from that amount. The unit price will not be adjusted if the actual quantity used
varies by more than 25 percent.
The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9-
03.9(3) for top course and placed in accordance with Standard Specification Section 4-
04.3. Payment for crushed surfacing shall be under the bid item "Crushed Surfacing Top
Course." Si
The unit Contract price per ton for Asphalt Concrete Pavement Cl. "B", shall be full
compensation for all labor, materials, equipment, tools, and incidental costs necessary for ss
placing, compacting and constructing asphalt pavement in and along the Project including
asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack
coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications, ,
aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade,
Si
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase 11 Construction\Contract Document\Specs2\Special Ia ph2_GO.doc\AQ\tp Page 52
SPECIAL PROVISIONS - Continued
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.
The Contractor shall place the permanent trench patch per "Typical patch for Flexible
Pavement" (City of Renton Detail H 032A)within 14 calendar days after first opening the
trench. The Contractor shall plan the work to place permanent trench patches throughout
project construction as the 14-day period for each section of trench approaches. Any
delay of the permanent patch placement is subject to the Owner's approval.
Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite.
Payment to haul and dispose of old asphalt and other excavated material shall be included
in the unit bid price for"Asphalt Concrete Pavement Cl. `B".
Bid Item 44: Restore Pavement Markings (LS)
The measurement for Restore Pavement Markings shall be per lump sum.
The lump sum Contract price for Restore Pavement Markings shall be full compensation
for all labor, equipment, and materials required to furnish and install new pavement
markings for all pavement areas affected by the Project including, but not limited to, stop
bars, crosswalk striping, centerlines, lane lines, traffic buttons, channelization arrows or
other channelization markers, and blue fire hydrant marker buttons. It is the Contractor's
responsibility to review the Project area prior to the bid to determine all work needed for
this item.
The new markings shall be identical to the existing markings except where shown
•• otherwise on the Plans and shall be installed to fit with the existing markings. New
markings shall be extended as needed to fit with existing markings. In some areas it may
be necessary to replace old markings outside the pavement restoration area with
completely new markings (for example: a new stop bar will be placed across the entire
lane width where a pavement patch was installed).
Pavement markings shall follow the Supplemental Specifications Section 8-22 and
"'" Standard Specifications Section 8-22.
Bid Item 45: Traffic Signal Loop (EA)
iorir
The measurement for Traffic Signal Loop shall be per each.
The unit bid Contract price for Traffic Signal Loop shall be full compensation for all
labor, equipment, and materials required to furnish and install new traffic signal loops as
shown on the Plans, as designated by the Owner, and as specified in the Special
Provisions Section 8-20.
Bid Item 46: Remove/Restore Existing Landscaping (LS)
Measurement for Remove/Restore Existing Landscaping shall be per lump sum.
The lump sum Contract price for Remove / Restore Existing Landscaping shall be full
compensation for all materials, labor, tools, and equipment required to protect, remove,
relocate, and restore to original condition and location or better all landscaped areas
inside and outside of the right-of-way that are affected or damaged by the Contractor as
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special I a ph2_GO.doc\AQ\tp Page 53
UPC
Ali
SPECIAL PROVISIONS - Continued
Irs
shown on the Plans, as directed by the Owner, and as specified in the Special Provisions
Section 2-01. Topsoil, seeding, mulching, and sod will be paid under their respective bid
items.
Features classified as landscaping include all shrubs, trees, planter boxes, structural and
non-structural concrete and block walls, structural and non-structural rock walls, sprinkler
aw
boxes, yard lights, bark and any other plants and structures.
One existing cedar tree and its rootball located at approximately Station 29+80 shall be
Nil
removed.
Bid Item 47: Topsoil Type C (CY)
Measurement of Topsoil Type C shall be per cubic yard. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
The unit Contract price per cubic yard for Topsoil Type C shall be full compensation for
furnishing all materials, labor, equipment, and supplies necessary to furnish and place
topsoil as shown in the Plans and as described in the bid item "Remove/Restore Existing
Landscaping". w►
Depending on site conditions,the amount of this item may vary.
ro
Bid Item 48: Seeding, Fertilizing, and Mulching (SY)
Measurement of Seeding, Fertilizing, and Mulching shall be per square yard. The unit
price will not be adjusted if the actual quantity used varies by more than 25 percent.
The unit Contract price per square yard for Seeding, Fertilizing, and Mulching shall be
full compensation for furnishing all materials, labor, equipment, and supplies necessary
to prepare soil, furnish plant seeds and fertilize, and fine grade. This item shall be
applied in various locations throughout the Project site as directed by the Owner.
Depending on site conditions,the amount of this item may vary.
Bid Item 49: Television Inspection (LS)
Measurement of Television Inspection shall be per lump sum.
The lump sum Contract price for Television Inspection shall be full compensation for all
labor, materials, equipment, and video tape recordings necessary to document the
completed condition of the newly installed pipes. The new storm and sanitary sewer pipe
installed for the Project shall be inspected between all Type 2 catch basins and/or gay
manholes. Inspections are not required between Type 2 to Type 1 and Type 1 to Type 1
catch basins. The new vaults shall be inspected as well.
Bid Item 50: Compaction Testing(EA)
Measurement for Compaction Testing shall be per each test performed. 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)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 54
VW
tip
SPECIAL PROVISIONS - Continued
The unit Contract price per each for Compaction Testing shall be full compensation for
all labor, materials, equipment, laboratory costs, etc, needed to sample, test and report
each Compaction Test for the Project.
This item applies to all compaction tests for all material needed for the Project. The test
requirements for the different materials are contained in those bid items and/or
`" Specifications. For native soil or Bank Run Gravel used for trench backfill the average
testing frequency will be one (1)test per every 50 CY(or 80 tons) of backfill placed. For
quantities less than 50 cubic yards, a minimum of one test shall be performed. The
now Owner may decide to limit the number of compaction tests performed if it is determined
that the Contractor is meeting the compaction requirements.
Bid Item 51: Force Account(LS)
Measurement of Force Account shall be per lump sum.
The unit Contract price for Force Account shall be $15,000. At the discretion of the
Owner, all or part of this lump sum may be used in lieu of the more formal procedure as
outlined in Standard Specification Section 1-04.4.
All work and payment under this item must be authorized in writing by the Owner.
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 Owner.
If no items are authorized under this item, final payment for this bid item will be $0
w- (zero).
AWN
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special1a ph2_GO.doc\AQ\tp Page 55
•
rrr
art:
SPECIAL PROVISION - Continued
amo
SPECIAL PROVISIONS
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
r
Section 2-01.1 shall be supplemented with the following:
Clearing and grubbing on this Project shall be performed by the Contractor within the
following limits: Along and within the construction area of S.W. 7th Street from Lind
Ave. S.W. to Morris Ave. S approximately two feet beyond toe of cut or top of fill or to
the right-of-way line whichever is less. The Contractor shall determine prior to the bid
opening the extent of work by field inspection,using the topographic features shown on we
the Plans as a guide for determining the right-of-way location.
Existing landscaping, including but not limited to, rockeries, beauty bark, decorative
gravel or rock, bushes, trees, and shrubbery adjacent to the work areas shall be protected
from damage and/or temporarily removed and/or relocated as required. The Contractor
shall assume all costs for these items to include, but not be limited to, protection,
removal, temporary, or permanent relocation, watering, staking, etc. amt
The property owners shall be requested to remove and/or relocate ornamental trees,
shrubs, irrigation, wood headers, ornamental plants, and any other decorative landscaping
materials within the work areas that they wish to save. The Contractor shall notify both
verbally and in writing all abutting property owners and allow them a minimum of two
weeks from the date the property owner is notified for the property owner to remove
landscaping within the work area. The Contractor shall temporarily remove all such
items not removed by the property owner. For bidding purposes the Contractor shall
assume that he/she shall remove and replace all such items. The Contractor shall submit
a checklist to the Owner verifying notification of property owners of landscaping Of
relocation requirements. Shrubs and trees with less than two inches caliper trunks at the
bases shall be relocated at the edge of the right-of-way or outside the limits of
construction along the property owner's frontage as directed by the Owner. All
landscaping materials not removed by the property owner(s) shall be removed, relocated,
or disposed of(if authorized by property owner) by the Contractor. Prior to the removal
of the landscaping materials, the Contractor must receive approval from the Owner to
begin this work.
If the Contractor removes or damages any existing plant or plants not designated for
removal because of any act, omission, neglect of misconduct in the execution of the
work, such plant(s) shall be restored or replaced by the Contractor to a condition similar
or equal to that existing before such damage or removal at the Contractor's expense. If
the existing vegetation dies, the Contractor shall replace it with vegetation of the same
species, size, and density where applicable. The Contractor shall warranty all vegetation
for one year after completion of the project. The Contractor shall replace any vegetation
that dies within the one-year period with new vegetation at no cost to the Owner. All
replacement vegetation shall have the same one-year warranty and replacement
guarantee.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special2a ph2.doc\AQtp Page 56
SPECIAL PROVISION - Continued
2-01.2 Disposal of Usable Material and Debris
,.,r The third paragraph of Section 2-01.1 is deleted and replaced with the following:
Refuse and debris 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.
2-01.5 Payment
Clearing and grubbing shall be included under the lump sum bid price for
"Remove/Restore Existing Landscape."
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Section 2-02.1 shall be supplemented with the following:
The work shall consist of necessary removal and disposal of existing improvements,
including pavements, sidewalks, curbs, concrete road structures, catch basins, manholes,
abandoned piping, the brick obstruction at approximate Station 21+00 and the pipe
obstruction at approximate Station 24+20 as shown on the Plans and other items
IMO
necessary for the completion of the Project.
The Contractor is responsible for maintaining access to residential and commercial
driveways at all times except when constructing the new system across a driveway. The
Contractor shall notify each owner at least one day ahead of time when their driveway
may be inaccessible during working hours. Access to driveways shall be restored at the
end of each working day. Temporary asphalt and/or gravel paving will be used where
needed to maintain driveway access and prevent muddy conditions from inconveniencing
residents and businesses. Asphalt and gravel will be paid for under separate bid items.
"' All existing manholes and catch basins as noted on the Plans to be removed shall be
completely removed, including the base, and hauled offsite for disposal. The Contractor
shall coordinate with the appropriate utility companies for the removal, replacement,
-•o and/or relocation of utility boxes and vaults and power poles. The removal, replacement,
and/or relocation of mailboxes during construction shall be per Standard Specification
Section 8-18.3, as directed by the Owner, and as specified in the Special Provisions.
Not
Waste materials shall be disposed of at an approved and licensed site, or recycling
facility,per Standard Specification Section 2-03.3(7)C.
2-02.3 Construction Details
2-02.3(1) General Requirements
Section 2-02.3(1) shall be supplemented 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/her activities. The limits of
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special2a ph2.doc\AQtp Page 57
.r.
SPECIAL PROVISION - Continued
removal for concrete or rigid materials shall be either the edge of the structure, and
existing construction joint, or a new sawcut.
The depth of sawcuts shall be such as will accomplish the intended purpose, and will be
determined in the field to the satisfaction of the Owner.
2-02.3(1)A Salvage (New Section) .r
Unless otherwise indicated in the Plans or Specifications, all removed items of
recoverable value shall be carefully salvaged and delivered to the Owner in good
condition, and as directed by the Owner. Materials and items deemed of no value by the
Owner shall be removed by the Contractor, and shall become the Contractor's property to
be disposed of at no additional cost to the Owner.
2-02.3(1)B 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.
ver
2-02.3(4) Sawcutting (New Section)
Where shown on the Plans or where directed by the Owner, the Contractor shall make a „h
neat vertical sawcut at the boundaries of the area to be removed. Care shall be taken
sawcutting as not to damage any of the existing asphalt concrete to remain in place. Any
pavement damage by the Contractor due to his/her operations shall be repaired or
replaced by the Contractor at his/her own expense.
Existing pavement shall be precut before commencing excavation, and shall be removed,
as required, for the construction. All cuts shall be continuous, and shall be made with
saws specifically equipped for this purpose. No skip cutting will be allowed. Any
pavement, which is damaged outside the allowable trench widths, as shown on the Plans,
shall be repaired entirely at the Contractor's expense.
Wheel cutting or jack hammering will not be considered an acceptable means of
pavement"cutting", unless pre-approved by the Owner. However, even if pre-approved
as a method of cutting or if the Owner directs the Contractor to utilize this method of
cutting, no payment will be made for this type of work.
2-02.5 Payment
All removal shall be included under the lump sum bid price for"Removal of Structure
and Obstruction." All sawcutting shall be included under the unit bid price for
"Sawcutting."
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 shall be supplemented with the following:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special2aj,h2.doc\AQtp Page 58 ail
SPECIAL PROVISION - Continued
The Contractor's material suppliers shall be required to furnish certification and
aggregate gradation results from a qualified testing laboratory(approved by Owner)that
the materials supplied are in conformance with these Specifications. The Contractor shall
further be required to provide the services of an Owner-approved soils testing firm to
conduct in place density tests of the gravel materials to verify if the compaction
requirements are in compliance with these Specifications. For bidding purposes, the
Contractor shall assume one test for every 50 cubic yards (or 80 tons) of material used.
For quantities less than 50 cubic yards, a minimum of one test shall be performed. Test
results shall be given directly to the Owner by the testing lab and not via the Contractor.
+.P All material shall be compacted to at least 95% of maximum dry density using ASTM
D1557.
2-03.3(19) Wet Weather Earthwork(New Section)
The following items shall be followed if earthwork is to be accomplished in wet weather
or in wet conditions:
a. Earthwork shall be accomplished in small sections to minimize exposure
to wet weather. Excavation or the removal of unsuitable soil shall be
1,,, followed immediately by the placement and compaction of a suitable
thickness (generally 8 inches or less) of clean structural fill. The size
and/or type of construction equipment shall be selected as required to
prevent soil disturbance. In some instances, it may be necessary to limit
equipment size or to excavate soils with a backhoe, gradall, or equivalent
to minimize subgrade disturbance caused by equipment traffic.
IMO b. Fill or backfill material shall consist of clean, granular soil, of which not
more than 3 percent by dry weight passes the No. 200 mesh sieve, based
on wet sieving the fraction passing the 3/4-inch sieve. The fines shall be
non-plastic.
c. The ground surface in the construction area shall be sloped to promote the
rapid runoff of precipitation and to prevent ponding of water.
d. No soil should be left uncompacted and exposed to moisture. A smooth
drum vibratory roller, or equivalent, shall be used to seal the ground
surface.
e. Excavation and placement of fill or backfill material will be observed by
the Owner, to determine that all work is being accomplished in accordance
WOW
with the project specifications.
f. Dewatering shall be completed per Special Provision Section 7-08.3(1)D.
2-03.5 Payment
,r„ Section 2-03.5 shall be supplemented with the following:
All costs associated with compaction tests shall be included under the unit bid price for
"Compaction Testing." All other costs associated with the above items shall be borne by
the Contractor and shall be considered incidental to the project and merged into the
various lump sum and unit prices.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special2a_ph2.doc\AQtp Page 59
WOO
SPECIAL PROVISION - Continued
2-07 WATERING
Prior to placing new fills, sub-base course materials, all subgrade areas shall be
proofrolled to locate any soft or pumping soils. Proofrolling can be completed using a
piece of heavy tire-mounted equipment or a loaded dump truck. If soft or pumping soils
are observed, such unsuitable subgrade soils shall be overexcavated and replaced. After
completing the proofrolling, the subgrade areas shall be recompacted. Subgrade material
shall be compacted to at least 95%of maximum dry density using ASTM D1557.
two
2-07.3 Construction Requirements
Section 2-07.3 shall be supplemented with the following:
During construction,the Contractor shall have dedicated to the Project a suitable water
truck that shall be operated as necessary to control dust. Failure to have a water truck
immediately accessible to the job and failure to use said water truck or other City
approved method for dust control shall be adequate reason to "shut-down"the Project
construction. Such shut down is herein agreed to by the Contractor upon submitting a bid
for this Project. .�
Water for this Project shall be obtained from the City of Renton at no cost to the
Contractor. However,the City of Renton retains the exclusive right to operate all
hydrants and valves. Furthermore, if conditions warrant, the Owner can and may elect to
restrict the use, amount, location, and time of removal to best comply with the Owner's
own needs.
us
2-07.5 Payment
Section 2-07.5 shall be supplemented with the following:
The cost of water placement shall be merged with the unit price bid for"Bank Run
Gravel for Trench Backfill."
wirs
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2959 SW 7th St.Drainage Improvement
Project\Phase II Construction\Contract Document\Specs2\Special2a ph2.doc\AQtp Page 60
SPECIAL PROVISIONS
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Section 4-04.1 shall be supplemented with the following:
Crushed surfacing shall be placed beneath the curb, gutters, and sidewalk as required, as
,,., well as beneath the asphalt concrete pavement repair and driveway repair sections, as
shown on the Plans and as directed by the Owner.
4-04.3(5) Shaping And Compaction
Section 4-04.3(5) shall be supplemented with the following:
The Contractor's material suppliers shall be required to furnish certification and
aggregate gradation results from a qualified testing laboratory(approved by Owner)that
the materials supplied are in conformance with these Specifications. The Contractor shall
further be required to provide the services of an Owner-approved soils testing firm to
conduct in place density tests of the gravel materials to verify if the compaction
requirements are in compliance with these Specifications. Test results shall be given
directly to the Owner by the testing lab and not via the Contractor. Crushed surfacing
shall be compacted to at least 95% of maximum dry density using ASTM D1557.
4-04.5 Payment
All costs associated with compaction tests shall be included under the unit bid price for
"Compaction Testing." All other costs associated with the above items shall be borne by
the Contractor and shall be considered incidental to the Project and merged into the
various lump sum and unit prices.
SIMI
SW T"Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 61
•
rr
rrr
SPECIAL PROVISIONS - Continued
SPECIAL PROVISIONS
rr
5-04 ASPHALT CONCRETE PAVEMENT
5-04.1 Description
Section 5-04.1 shall be supplemented with the following:
Asphalt concrete pavement(ACP) shall be Class B. Trench repair patches shall be in
accordance with the Contract Documents.
The Contractor shall place permanent trench patches per"Typical Patch For Flexible "st
Pavement" (City of Renton Standard Detail H 032A) every 14 calendar days (maximum)
over all sections of completed stormwater pipe after first opening the trench. Permanent
trench restoration shall be performed throughout the project construction. „r
All areas of trench excavation under the existing road, or driveways shall be restored with
a Typical Trench Patch shall be per City of Renton Standard Detail H 032A. The ACP
layer above the crushed surfacing shall be 6 inches of Class "B" asphalt placed in two
equal lifts. All applications of ACP shall be per Supplemental Specifications Section 5-
04.
so
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.
The 6-inch layer of crushed surfacing shall conform to Standard Specification Section 9-
03.9(3) for top course and placed in accordance with Standard Specification Section 4-
04.3. Payment for crushed surfacing shall be under the bid item"Crushed Surfacing Top
Course."
5-04.2 Materials
Section 5-04.2 shall be supplemented with the following:
Tack coat shall be emulsified grade CSS-1, as specified in Section 9-02.1(6) of the
Standard Specifications. Tack coat shall be applied as specified in Section 5-04.3(5)A of
the Standard Specifications. The tack coat shall be applied to all existing pavement
surfaces and between successive layers of asphalt concrete pavement.
5-04.3 Construction Requirements
Section 5-04.3 shall be supplemented with the following:
Temporary Cold Mix
During the course of construction, it may be necessary to provide improved temporary NW
access along the streets within the construction route and such major property access
roads, as may be designated by the Owner in the field. Such improved temporary access
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 62
rr
SPECIAL PROVISIONS - Continued
shall be provided by patching the crossings and entrance roads with temporary cold mix
asphalt concrete, until such time as the permanent asphalt pavement is installed. The
backfill shall be thoroughly compacted and brought to a smooth grade prior to placing the
material.
This cold mix asphalt concrete shall consist of a mixture of mineral aggregate and a
minimum of five and one half percent (5 1/2%) cutback asphalt binder MC-250,
combined in a mechanical mixer. It shall be placed, maintained(daily), and removed and
waste hauled by the Contractor. Typical compacted depth will be three inches.
The temporary cold mix shall be placed, maintained (daily), and removed and waste
�.. hauled by the Contractor.
5-04.3(2) Hauling Equipment
The first paragraph of Section 5-04.3(2) shall be supplemented with the following:
If the truck has not used canvas to protect asphalt from weather during haul, the Owner
'WI 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 of Section 5-04.3(5)C and supplement it 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
Section 5-04.3(9) shall be supplemented with the following:
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 Plans as leveling and wearing
course. Asphalt over 3 inches in compacted depth or where specified on the Plans shall
be placed in two equal lifts. Placement shall be in accordance with applicable provisions
.�. of Section 5-04.
Existing pavement shall be sawcut before commencing excavation, per Special
Provisions Section 2-02.3(7) and shall be removed, as required, for the construction.
The width of pavement cuts shall be approved in the field by the Owner before cutting or
removal of the pavement.
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 63
rr
,rr
SPECIAL PROVISIONS - Continued
5-04.3(11) Joints
The first Sentence of Paragraph 5 of Section 5-04.3(11) is revised to read as follows:
The longitudinal joint in any one layer shall be offset from the layer immediately below
by less than 12 inches.
Section 5-04.3(11) shall be supplemented with the following:
The Contractor shall provide butt joints where the new asphalt concrete pavement meets
the existing pavement as shown on the Plans or as directed by the Owner in a manner to
produce a smooth riding connection to the existing pavement. The depth of butt joint
required shall be determined by the depth of new asphalt concrete pavement specified on
the Plans. The surface elevation of new and existing asphalt concrete pavement shall be
the same as all butt joints, as shown on the detail in the Plans..
All asphalt concrete joints shall be sealed with asphalt cement AR-4000W, per Section
9-02,or as directed by the Owner. After sealing, a sand blanket shall be hand applied to 1111*
the surface to help prevent tracking. Excess sand shall be removed and wastehauled. All
costs associated with providing, placing and sealing butt joints shall be considered
incidental to and included in the unit contract prices for the various items involved. sa
5-04.3(15) Asphalt Concrete Approach
Section 5-04.3(15) shall be supplemented with the following: vo
Where shown on the Plans and as further directed in the field by the Owner, existing
asphalt driveways shall be reconstructed to provide a smooth transition to match with the
new roadway grade. The approximate limits of reconstruction are noted on the plans and
will be determined during construction. The existing asphalt pavement shall be removed
in accordance with Section 2-02.3(3). The asphalt concrete sawcut shall be made in
accordance with Section 2-02.3(7). Crushed surfacing top course shall be placed in
accordance with Section 4-04.3.
Prior to paving the driveway, the Contractor shall obtain the Owner's approval that the
new approach meets the requirements of the Owner. At some locations, after the
driveway has been graded, the limits may need to be expanded to meet the Owner's
requirements. All additional work will be paid under the respective unit bid prices.
Asphalt concrete driveways shall be constructed as follows. All asphalt concrete
pavement shall be sawcut. The drive shall first be shaped to size and grade, as designated
by the Owner. Four inches (minimum) of crushed surfacing top course shall then be
placed and compacted. A two-inch lift of Class `B" asphalt concrete, as specified for this
project shall then be placed and compacted. All cold joints shall be sealed with a 6-inch
wide strip of AR4000W and sand blanket to alleviate tracking.
Nit
SW 7"Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 64
SPECIAL PROVISIONS - Continued
5-04.4 Measurement
See Special Provisions Section 1-09.14 for the measurement of the items listed above.
5-04.5 Payment
All costs associated with asphalt concrete pavement shall be included under the unit bid
prices for"Temporary Cold Mix Asphalt Concrete Patch", "Asphalt Concrete Pavement
Cl. B" and "Crushed Surfacing Top Course."
All costs associated with preparing the untreated roadway and furnishing and applying
••• tack coat shall be considered incidental to the Project and merged into the various lump
sum and unit prices. All other costs associated with the above items shall be borne by the
Contractor and shall be considered incidental to the project and merged into the various
lump sum and unit prices.
uuu
MOW
NION
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQtp Page 65
rr
SPECIAL PROVISIONS
7-04 STORM SEWERS
7-04.2 Materials
Section 7-04.2 shall be supplemented with the following:
The storm sewer pipe shall be the size and material indicated on the Plans. Corrugated est
polyethylene storm sewer pipe (CPEP) or ductile iron shall be used for all storm sewer
pipes 12-inches to 36-inches in diameter as indicated on the Plans. Class IV reinforced
concrete pipe shall be used for all storm sewer pipes 60-inches in diameter. Where
indicated on the Plans,reinforced concrete pipe lying under tee top access risers shall be
reinforced with three (3) no. 6 steel bars in the longitudinal direction and two (2) no. 6
steel bars in the circumferential direction as shown on the Plans. Pipe shall be tested per
Standard Specification Section 7-4.3(1)E.
CPEP storm sewer pipe shall meet the specifications detailed in Special Provisions
Section 9-05.19 and Standard Specification Section 9-05.20. Watertight joints shall be .r►
furnished and installed. Concrete Drain Pipe shall meet the specifications required in
Section 9-05.1(1). Reinforced concrete shall meet the specifications detailed in
Supplemental Specification Section 9-05.7(2).
rrs
Ductile Iron pipe shall be Class 52 and shall meet the specifications detailed in Standard
Specification Section 9-05.13. Watertight joins shall be furnished and installed.
In the areas indicated on the Plans, 12-inch and 24-inch Fernco adapters or equal as
approved by the Owner shall be used for pipe connections as appropriate.
7-04.3 Construction Requirements
Section 7-04.3 shall be supplemented with the following:
The Contractor shall take all steps necessary to ensure that existing storm sewer facilities
remain fully flowing during all stages of construction and modification. Overflows of
facilities will not be permitted. The Contractor shall make all connections of temporary
pumping equipment with temporary power service and controls.
At the locations indicated on the Plans, knockouts are to be drilled with 1-inch holes at 2
inch spacing to provide a suitable pipe connection with a watertight connection
constructed between the structure and the pipe.
Reconnecting laterals shall be accomplished through a connection made at a Type 2 catch
basin where provided or per Supplemental Specification 7-04„3(2)G as approved by the
Owner. The lateral shall connect to the new pipe or it shall be lowered(or raised) to pass
beneath(or above) the new storm line and reconnected to the existing storm pipe in the .r
approximate location as shown on the Plans. Where the lateral connects to the storm line
that is to be abandoned, the existing connection shall be capped with a fitting approved
by the Owner.
The exact construction method for connecting or lowering/raising laterals shall be
reviewed with the Owner for approval prior to lowering (or raising).
SW 7t Street Storm Drainage Improvement Project—Special Provisions\AQ\tb Page 66
iflllt
SPECIAL PROVISIONS - Continued
7-04.5 Payment
All costs associated with storm sewers shall be included under the unit bid prices for
"CPEP Drain Pipe 8-inch Dia.", "Ductile Iron Drain Pipe 12-inch Dia.", "CPEP Drain
Pipe 12-inch Dia.", "CPEP Drain Pipe 18-inch Dia.", "CPEP Drain Pipe 24-inch Dia.",
"Class IV Reinforced Concrete Drain Pipe 24-inch Dia.", "CPEP Drain Pipe 36-inch
Dia.", "Class IV Reinforced Concrete Drain Pipe 60-inch Dia.", "Bank Run Gravel for
Trench Backfill", "Unsuitable Foundation Excavation, Incl. Haul", "Gravel Backfill for
�• Foundation Class B, and"Controlled Density Fill."All other costs associated with the
above items shall be borne by the Contractor and shall be considered incidental to the
Project and merged into the various lump sum and unit prices.
7-04.6 Television Inspection (New Section)
The new storm sewer pipe installed for the Project shall be inspected by the use of a
television camera before final acceptance between all Type 2 catch basins, approximately
3,000 linear feet. All vaults shall be inspected by television camera as well. Inspections
are not required between Type 2 to Type 1 and Type 1 to Type 1 catch basins.
The video inspection shall be done after the manholes have been channeled and the line
cleaned and flushed. The video inspection shall be done with a minimum flow of water
in the pipe and inspected in the direction of the flow unless otherwise approved by the
Owner.
The camera shall have rotational capabilities and be used by the operator to view up each
side service connection and provide best views of any non-conforming items.
Once the television inspection has been completed the Contractor shall submit to the
Owner the written reports of the inspection plus the videotapes. Said videotapes are to be
in color and compatible with the Owner's viewing and recording systems. The Owner's
system accepts 1/2-inch wide high-density VHS tapes. The tapes will be run at standard
speed SP (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms as
considered industry standard and as approved by the Owner, and provide completed
forms and video tapes of the completed TV inspection to the Owner.
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.1 Description
Section 7-05.1 shall be supplemented with the following:
Delete the reference to "Standard Plans" and replace it with"City of Renton Standard
Details."
7-05.2 Materials
7-05.2(1) Frames and Covers (New Section)
Manhole frames and covers shall be ductile iron and suitable for H-20 loading conditions.
The iron shall be of such character as to make castings that will be tough, strong, sound,
and of even grain and shall conform to the requirements of ASTM A48, Class 30B.
Manhole frames and covers shall be of uniform quality, free from blowholes, porosity,
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 67
rr
SPECIAL PROVISIONS - Continued
shrinkage distortion, cavities, cracks, or other defects. They shall be smooth and well
cleaned and continuously machined to prevent rocking and rattling. Welded or caulked
repairs shall not be permitted. Covers shall be easily removable and shall be
interchangeable. Castings shall be as shown on the Plans, and storm sewer covers shall
be marked"Storm" with cast-in,two-inch-high, APWA standard lettering. The
manufacturer's name shall be cast into, and not stamped on, an exposed surface.
r
All catch basins and concrete area inlets shall be furnished with a vaned cast iron,
rectangular frame and grate, (Olympic Foundry or equivalent as approved by Owner)
unless (ring and) solid lid is otherwise indicated in the Plans. All access risers shall have
solid lids frames shall be grouted to the body of the catch basin. Catch basins and surface
inlets shall be set to line and grade, approved in the field by the Owner.
ON
7-05.2(2) Precast Concrete Catch Basins and Concrete Inlets (New Section)
The concrete catch basins and concrete area inlets shall be of precast concrete, per City of
Renton Standard Details. Catch Basin Type 1 shall be per City of Renton Standard Detail "'
B 012. Catch Basin Type 2 shall be per City of Renton Standard Details B 027 and B
027.1 with pre-cast A-lok watertight connections meeting ASTM C-923 or equivalent as
approved by Owner. All Catch Basins Type 2 shall have flat tops. .w
7-05.2(3) 108-Inch Catch Basins (New Section)
The 108-inch concrete catch basins shall be as indicated on the Plans and shall be
designed for H-20 loading and installed with pre-cast A-lok watertight connections
meeting ASTM C-923 or equivalent as approved by Owner.
7-05.3 Construction Requirements
Section 7-05.3 shall be supplemented with the following: to
Unless otherwise noted on the Plans, the Contractor shall construct all manholes, and
catch basins from precast concrete bases and risers. Cast-in-place concrete bases shall be
OW
watertight and may only be used for"straddle"of existing systems. Pipe connections
shall also be watertight with pre-cast A-lok connections meeting ASTM C-923 or
equivalent as approved by Owner.
Tee top access risers shall be installed according to the Plans. Frames and grates for the
risers shall be per Renton City Standard Detail B019. Ring and cover assemblies shall be
per Renton City Standard Detail B074. The 48-inch manhole sections of the access risers
shall conform to City of Renton Standard Detail B027 and shall have flat slab covers.
The outside contact points between the manhole and the 60-inch diameter pipe shall be
epoxied and grafted with a Class 5,000 concrete gunite mix. The graft interface area shall
be cleaned and treated with a bonding agent. As indicated on the Plans, no connection '/
shall be allowed between the springline of the pipe and six inches above the epoxy area.
Precast sections with damaged joint surfaces or with cracks or damage shall not be .�
installed.
Precast base sections shall be set on a prepared bedding material. Before the precast base „
is set in place, the bedding material shall be carefully leveled to provide full bearing for
the entire base section.
use
SW r Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 68
SPECIAL PROVISIONS - Continued
1I
Precast riser sections and cones shall be set using the specified joint sealant or gasket.
Priming and preparation of surfaces and installation of jointing material shall be in strict
conformance with the manufacturer's instructions. Only one riser section one-foot high
shall be used per structure. Grade rings shall be set in a full bed of cement grout.
Frames shall be set carefully to the established surface grade in a full bed of cement
grout. The contact surfaces of the frames and covers shall be machined finished to a
common plane or have other adequate provisions to prevent rocking. The rim elevation
shall be set flush with the existing pavement or grade in paved and improved areas. In
�.» unimproved areas, rim elevations shall be set one-inch above finished grade unless
otherwise shown on the Plans to be set higher.
NMI Channeling of inverts shall be provided, where required, and given a light broom finish,
or equivalent, and shall be sloped to drain into the invert. Where new connections are
made to existing structures, any existing channelization shall be removed or modified, at
the Contractor's option, so that all pipes are channeled to drain to the exit invert. Pre-
NNW channelized structures are not acceptable.
Steps shall be installed in base sections, riser sections, and taper sections so that the
completed manhole will have a continuous vertical ladder with equally spaced rungs.
Steps shall be firmly cast or grouted in place. Infiltration from around steps will not be
permitted.
Frames shall be grouted to the body of catch basins. The catch basins shall be set to line
and grade as shown on the Plans or approved in the field by the Owner. All pipe
couplings shall be securely grouted into the structure. The cost of the catch basin shall
include "straddling" or interrupting the existing storm system, where required, removing
the existing pipeline within the new basin, and connecting the new pipeline to the new
structure.
Backfill around the manholes shall be conducted in accordance to Special Provision
Specification Section 7-08.3(3).
"M 7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3) shall be supplemented with the following:
Pipe connections for storm sewers shall be watertight with pre-cast A-lok connections
meeting ASTM C-923 or equivalent as approved by Owner.
7-05.3(4) Drop Manhole Connection
Section 7-05.3(4) shall be supplemented with the following:
The inside drop manhole connection shall be constructed in accordance to City of Renton
Standard Detail BR18C in the location shown on the Plans.
7-05.5 Payment
All costs associated with manholes, area inlets and catch basins shall be included under
the unit bid prices for"Catch Basin, Type 1", "Catch Basin, Type 2—48 inch Dia.",
"Catch Basin, Type 2—54 inch Dia.", "Catch Basin, Type 2—60 inch Dia.", "Catch
Basin, Type 2—72 inch Dia.", "Catch Basin, Type 2—96 inch Dia.", "Catch Basin, Type
SW 7'h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 69
rr`
SPECIAL PROVISIONS - Continued �*
2— 108 inch Dia.", "Access Riser—48 inch Dia.", "Bank Run Gravel for Trench
Backfill", "Unsuitable Foundation Excavation,Incl. Haul", "Gravel Backfill for
Foundation Class B", "Sanitary Sewer Relocation—Shattuck Ave. S.","Sanitary Sewer
Relocation—Hardie Ave. S.W." and"Controlled Density Fill". All other costs associated
with the above items shall be borne by the Contractor and shall be considered incidental
to the project and merged into the various lump sum and unit prices.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)A Trenches WIN
Section 7-08.3(1)A shall be supplemented with the following::
.w
Trench excavation shall include removal and wastehaul of all excess and/or unsuitable
material encountered, including but not limited to, abandoned pipelines, concrete, asphalt,
tree stumps, trees, logs, abandoned rail ties, piling, riprap, and other deleterious material.
It is not anticipated solid rock will be encountered. Should such material be encountered,
however, it will be paid for by change order. Boulders or broken rock less than two (2)
cubic yards in volume, will not be classified as rock, nor will so-called"hard-pan"or
cemented gravel.
The Owner reserves the right to restrict the Contractor in the amount of trench open at
any one time. Should the Contractor, in the Owners' opinion, fail to diligently pursue
adequate backfilling and compaction efforts, the limit of open trench shall be 100 lineal
feet. Upon completion of work each day, all open trenches shall be completely
backfilled, compacted, leveled and temporarily patched, graveled, or otherwise protected
(as approved by the Owner), as herein specified.
If the Contractor purposely or neglectfully excavates trenches to a width beyond the
maximum payment limit lines of the trench, as detailed on the Plans, then payment for
import trench backfill, and any additional surface restoration (temporary and permanent)
of the type warranted shall be limited to the maximum payment width specified on the
Plans for that size of pipe and depth of bury. All trench backfill, bedding, and surface
restoration required beyond the maximum payment limits, shall be merged in the various
items bid and include the additional compaction and testing of same.
rw
The width of the trench in the vicinity of the pipe shall be carefully controlled and
maintained to insure the structural strength of the pipe is not jeopardized. See details on
the Plans. law
7-08.3(1)B Shoring
Section 7-08.3(1)B shall be supplemented with the following:
Trenches shall be shored using a shoring system appropriate for the soil and ground water
conditions encountered as approved by the Owner. To minimize noise and comply with vim
the noise variance for this Project, only vibratory or pushing methods will be acceptable
for the installation of shoring during nighttime work. The shoring system shall be
designed and constructed so as to allow full compliance with Project traffic control and
work schedule requirements.
,.r
SW 7'"Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 70
• SPECIAL PROVISIONS - Continued
Soils Information
A soils investigation has been conducted for this Project and a copy of the Reports are
included with the Contract Documents. Geotechnical and dewatering reports, by HWA
GeoSciences Inc., dated March 14, 2003, and February 18, 2004, respectively were
prepared for the exclusive use of the Owner and its agents to assist in the design of the
subject facility. This information is made available to the Contractor to assist in the
design of the shoring systems. It is made available to Contractors for information on
factual data only, and not as a warranty of subsurface conditions, such as those
interpreted from the exploration logs and generalized subsurface profiles presented, and
discussion of subsurface conditions included in the Report.
Data on indicated subsurface conditions are not intended as representations or warranties
of accuracy or continuity between soil borings. It is expressly understood that the Owner
and its agents shall not be responsible for interpretations or conclusions drawn by the
Contractor from the Geotechnical Report. This data is made available solely for the
convenience of the Contractor.
.N. The Contractor shall review the Geotechnical and Dewatering Reports and previous
groundwater records for this Project available in the Contract Documents. Upon review
of this information, the Contractor shall submit to the Owner for review and approval
VON prior to construction activities, a shoring plan showing how shoring will be accomplished
and detailing the techniques and equipment that will be used.
The shoring plan shall be coordinated with the dewatering plan and reviewed and
WWI approved by the Contractor's Geotechnical and Structural Engineers. Calculations, which
are stamped and signed by the Contractor's Engineers, shall be provided with the
submittal.
Existing Utilities
The Contractor shall protect existing active sewer, water, gas, electrical and other utility
services and structures as may be present. This shall also include all pipelines, services
and structures that are the property of the Owner.
Removal
The Contractor shall remove shoring and bracing in stages to avoid disturbances to
adjacent and underlying soils and damage to structures, pavements, facilities and utilities.
The Contractor shall repair or replace, as acceptable to the Owner, adjacent work
damaged or displaced through the installation or removal of shoring and bracing work.
Public Safety
All work shall be carried out with due regard for public safety. Open trenches shall be
IOW provided with proper barricades, or as directed in the Traffic Control Permit.
7-08.3(1)C Pipe Zone Bedding
Section 7-08.3(1)C shall be supplemented with the following:
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 71
low
SPECIAL PROVISIONS - Continued wit
All references to "Standard Plan" shall be deleted, and replaced with the details shown on
the Plans.
Pipe bedding shall conform to Class I,II, or III per ASTM D2321.
Subsequent lifts of not more than six inches shall be placed up to the horizontal diameter
of the pipe, carefully placed, and firmly compacted to provide a firm, uniform cradle for
the pipe. These lifts shall be consolidated first by the use of tamping bars,taking care to
work the material under the pipe haunches so that no voids are left. Then a flat tamping
bar shall be used to compact the bedding material along the side of the pipe to the trench
walls to provide lateral support for the pipes. These lifts shall be individually compacted
to 95%of Modified Proctor maximum density for the full width of the trench,per ASTM
D1557. The compaction test results shall be furnished to the Owner immediately after „,t
testing. The Owner may require additional testing, or may increase or decease the
frequency of testing at its discretion. The Owner may require the Contractor to retest any
areas that do not meet compaction requirements at the Contractor cost.
Further lifts of compacted bedding material shall be placed in lifts of not more than 6
inches thickness to a minimum of 6 inches above the crown of the pipe for flexible pipe
and to the spring line of the pipe for rigid (concrete or ductile iron)pipe. .w
There shall be at least one-foot of cover over the top of the pipe before the trench is
wheel-loaded and three feet of cover (if available)before utilization of a hydro-hammer
NO
during compaction.
7-08.3(1)D Dewatering (New Section)
The Contractor shall control ground water so as to prevent softening of the bottom of
excavations, or formation of"quick" conditions or"boils" during excavation and to allow
pipe installation to be accomplished in relatively dry conditions. The Contractor shall
design, install, maintain, and operate the dewatering systems as necessary so as to prevent
piping, movement or removal of the soils around the wells or in excavations. It shall be
the sole responsibility of the Contractor to determine what, if any, dewatering measures
and efforts may be needed.
If dewatering measures are necessary, then it shall be the sole responsibility of the
Contractor to control the rate and effect of the dewatering in such a manner as to avoid all .■
objectionable settlement and subsidence. All groundwater encountered during
construction shall flow through an on-site settling tank or other approved filtration
system prior to discharging into the sanitary sewer system or other area as sr
approved by the Owner. A permit will be required if groundwater is discharged into the
sanitary sewer through King County Department of Natural Resources prior to
construction. The City has obtained a Groundwater Discharge Permit for the Project,
which is included in the Contract Documents. The Contractor shall comply with all
codes, regulations, and ordinances of applicable governing authorities with regard to
drilling, dewatering, and erosion control.
The Contractor shall review the Geotechnical and Dewatering Reports and previous
groundwater records for this Project available in the Contract Documents. Upon review
of this information, the Contractor shall submit to the Owner for review and approval
prior to dewatering activities, a dewatering plan discussing proposed methods, equipment
sizes, settlement monitoring and contingency plans should dewatering cause settlement of
adjacent facilities. The dewatering plan shall show specific locations, in plan and section
SW 7ih Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 72
rrt
SPECIAL PROVISIONS - Continued
where dewatering is expected as well as a general discussion of methods should water be
encountered in other locations.
The dewatering plan shall be coordinated with the shoring plan and reviewed and
approved by the Contractor's Geotechnical and Structural Engineers. Calculations,which
are stamped and signed by the Contractor's Engineers, shall be provided with the
submittal.
Acceptance by the Owner of the design, materials, method, installation, and operation and
maintenance details submitted by the Contractor shall not in any way relieve the
Contractor from responsibility for errors/omissions therein or from the entire
responsibility for complete and adequate design, materials, installation, operation,
maintenance and performance of the dewatering system. The Contractor shall bear sole
responsibility for proper design, installation, operation, maintenance, and any failure of
any component of the dewatering system for the duration of this Contract.
°i Before operations begin,the Contractor shall have available on site sufficient pumping
equipment and/or other machinery to assure that the operation of the dewatering system
can be maintained. The Contractor shall provide direct power drops or use a"Whisper"
,., generator for the dewatering process and is responsible for coordinating and furnishing all
power drops.
During excavation, installing of conduit and structures, and the placing of backfill,
excavations shall be kept free of water. The Contractor shall furnish all equipment
necessary to dewater the excavation and shall dispose of the water in such a manner as
not to cause a nuisance or menace to the public. The dewatering system shall be installed
•M• and operated by the Contractor so that the groundwater level outside the excavation is not
reduced to the extent that would damage or endanger adjacent structures, utilities, or
property. The release of groundwater to its static level shall be performed in such a
manner as to maintain the undisturbed state of the natural foundation soil, prevent
disturbance of backfill and prevent movement of structures and pipelines.
The Contractor shall monitor discharge from all parts of the system to ensure that the
"" sand/silt content of the discharge water does not exceed 10 ppm as determined by a
Rossum Sand Tester or equivalent. The Contractor shall provide all of the equipment and
fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily
for one week after installing any pumping well and weekly thereafter, or more frequently
as may be required by regulatory/permitting agencies. The Contractor shall take sand/silt
content measurements in the presence of the Owner. The Contractor shall provide the
Owner 24-hour notice of planned measurements.
Should settlement be observed, the Contractor shall cease dewatering operations and
implement contingency plans as outlined in the approved dewatering plan. The
responsibility for conducting the dewatering operation in a manner, which will protect
adjacent structures and facilities, rests solely with the Contractor. The cost of repairing
any damage to adjacent structures and restoration of facilities shall be the responsibility
of the Contractor. Permanent piping systems existing or new shall not be incorporated
into the Contractor's dewatering system.
Well construction and abandonment shall be in accordance with WAC 173-160. The
". Contractor shall obtain variances as required to construct any dewatering wells.
Contractor shall procure and pay for any approval(s) and/or permit(s) required by the
Department of Ecology in regards to the construction, use, and abandonment of
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 73
■rr
SPECIAL PROVISIONS - Continued
dewatering wells. The Contractor shall also be required to comply with all conditions
and requirements mandated by the Department of Ecology and is encouraged to
familiarize himself/herself with current regulations in this regard.
All above-grade dewatering system components must be completely removed and the
entire roadway restored and available for vehicular traffic per the requirements set by
these Specifications and the Traffic Control Permit. Dewatering hoses related to the on- NO site filtration system shall not be permitted to lay across S. 7th St. or S.W. 7"' St.
7-08.3(1)E: Settlement Monitoring (New Section) Y.r
This Section specifies the monitoring of potential deformation of soils, structures, and
pavements. NO
Ground Movement Limits
ir
A. The Contractor shall be responsible for all utility repairs and surface restoration
resulting from ground movements.
.r
B. If deformations recorded in instrumentation exceed 0.25 inches from the
baseline established,the Contractor shall cease all related construction
NO
operations and use alternative construction techniques to operate within the
settlement limits:
Surface Monitoring Points
A. Surface monitoring points shall consist of nails, paint spots or other means or
locations designated for monitoring of vertical and/or horizontal displacements.
B. Surface monitoring points shall be located on existing pavements, structures or
utilities.
C. Surface monitoring points shall be installed in such a manner that they are not
damaged, displaced or otherwise rendered inoperable by construction activities
vehicle traffic or weather. °1ri
D. Surface monitoring points shall be established at an interval of no less than 5 per
100 feet of trench, at locations to be designated by the Owner.
E. Surface monitoring points shall be monitored daily when within 100 feet of an
open trench and weekly thereafter.
Monitoring Requirements
A. Initial (baseline)measurements shall be taken at each instrumentation rr
installation after completion of the installation.
B. Systematic monitoring (at least once per day) of instrumentation shall be done
when within 100 feet of the open trench. The Owner shall be immediately
notified if evidence of deformation exists.
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 74
ni
... SPECIAL PROVISIONS - Continued
C. All data shall be entered in Excel spreadsheets and plotted showing deformations
or changes in elevation versus time. Plots of data shall be updated to include the
IN. latest readings and presented to the Owner within 16 hours of measuring.
D. The Contractor shall provide the Owner with access to all instrumentation
throughout construction.
E. The Contractor shall repair or replace any monitoring points or instrumentation
damaged within 24 hours.
Contractor's failure to comply may cause the Owner to engage a consultant to perform
the required monitoring at the Contractor's expense. Payment for settlement monitoring
shall be included in the unit bid price for"Trench Shoring and Excavation Safety
Systems".
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E shall be supplemented with the following:
Joint gaskets shall be fabricated from a compound of which the basic polymer shall be a
synthetic rubber consisting of styrene, butadiene, polyisoprene, or any combination
thereof, and shall meet the requirements of ASTM D1869.
7-08.3(3) Backfilling
Section 7-08.3(3) shall be supplemented with the following:
IMO
Suitable excavated soil shall be used as backfill for the Project if it is a clean granular
material meeting the requirements for bank run gravel material as specified in Section 9-
03.10, and has a moisture content that will allow at least 95 percent compaction per
ASTM D1557 when placed. It is the intent of these Specifications to utilize suitable
excavated material where available. However, for bidding purposes, it shall be the
responsibility of the Contractor to estimate the amount of excavated material that will be
suitable for backfill purposes, as best determined from the information available.
Imported trench backfill shall conform to the requirements of Standard Specification
Section 9-03.19 as backfill. Import material will be utilized when necessary, as called out
"" on the Plans and further pre-approved by the Owner and authorized for payment.
Trench backfill shall be compacted per ASTM D1557 to 95%maximum density. The
compaction test results shall be furnished to the Owner immediately after testing. The
Owner may require additional testing, or may increase or decease the frequency of testing
at its discretion. The Owner may require the Contractor to remove any unsatisfactory
NMI backfill, place new backfill, and retest any areas that do not meet compaction
requirements at the Contractor cost.
If the subgrade soils are soft, become disturbed, or are otherwise unsuitable, a separate
erni 12-inch thick foundation material leveling course shall be placed to protect the subgrade
and provide uniform support. If organic silt is found at subgrade, the organic silt layers
shall be overexcavated if they are present within two feet below the pipe invert or base of
r..� manhole structures. The overexcavated area shall be backfilled with foundation material.
If the organic silt is deeper than two feet below the pipe, no overexcavation shall be
necessary.
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 75
SPECIAL PROVISIONS - Continued
Unsuitable excavated materials will be disposed of offsite. This includes soil, asphalt,
concrete, and other excess or unsuitable excavated material.
Is
7-08.5 Payment
All costs associated with the above items shall be included into the various lump sum and
unit prices for"CPEP Drain Pipe 8-inch Dia.", "Ductile Iron Drain Pipe 12-inch Dia.",
"CPEP Drain Pipe 12-inch Dia.", "CPEP Drain Pipe 18-inch Dia.", "CPEP Drain Pipe
24-inch Dia.", "CPEP Drain Pipe 36-inch Dia.", "Class IV Reinforced Concrete Drain
Pipe 24-inch Dia.", "Class IV Reinforced Concrete Drain Pipe 60-inch Dia.", "Bank Run
Gravel for Trench Backfill", "Compaction Testing", "Unsuitable Foundation Excavation,
Incl. Haul", "Gravel Backfill for Foundation Class B", "Controlled Density Fill",
"Temporary Bypass Pumping" and"Dewatering."
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 shall be supplemented with the following:
Gravity sewer pipe shall be as specified herein and as shown on the plans. The
Contractor shall provide two copies of the pipe manufacturer's technical literature and
tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional
tolerances in excess of those prescribed or having defects, which prevent adequate joint
seal or any other damage, shall be rejected. If requested by the Engineer, not less than
three nor more than five lengths of pipe for each size, selected from stock by the use
Engineer, shall be tested as specified for maximum dimensional tolerance of the
respective pipe.
Materials shall meet the requirements of the following sections:
PVC Sewer Pipe Section 9-05.12 es'
C900 Sewer Pipe, Class 100 AWWA C-900
All 12-inch sanitary sewer pipes shall be AWWA C900, Class 100.
7-17.3 Construction Requirements
r
Section 7-17.3 shall be supplemented with the following:
The Contractor shall take all steps necessary to ensure that existing sewer facilities „ei
remain fully flowing during all stages of construction and modification. Overflows of
facilities will not be permitted. The Contractor shall make all connections of temporary
pumping equipment with temporary power service and controls. All sanitary sewer
manholes shall be installed per City of Renton Standard Detail BR 28 and side service
connections constructed per City of Renton Standard Detail BR 33.
SW 7'"Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 76
rte
Air SPECIAL PROVISIONS - Continued
7-17.3(5) Construction of Sanitary Sewers Intersecting Storm Manholes (New
Section)
In the areas indicated on the Plans, sanitary sewer directed through storm manholes shall
be sleeved with 12-inch and 14-inch steel pipe. The steel encasement pipe shall extend
two feet at a minimum beyond the outside surface of the catch basin and the inside PVC
carrier pipe shall extend one foot beyond the steel sleeve. Steel pipe shall meet the
specifications detailed in Section 9-30.1(4)A of the Special Provisions and Standard
Specifications. The carrier pipe shall contain Calpico Model M spacers or equivalent as
approved by Owner. The Contractor shall verify line and grade and then fill the voids of
the pipe with sand. Both ends of the steel encasement pipe shall be capped with neoprene
casing end seals (Cascade End Seals or equivalent as approved by Owner).
7-17.5 Payment
Section 7-17.5 shall be supplemented with the following:
All costs associated with sanitary sewers as described in these Specifications including
shall be included into the lump sum bid prices for"Sanitary Sewer Encasement Station
9+78", "Sanitary Sewer Encasement—Station 11+25", "Sanitary Sewer Relocation—
Hardie Ave. S.W.", "Sanitary Sewer Relocation— Shattuck Ave. S." All other costs
associated with the above items shall be borne by the Contractor and shall be considered
incidental to the Project and merged into the various lump sum and unit prices.
7-17.6 Television Inspection (New Section)
The new sanitary sewer pipe installed for the Project shall be inspected by the use of a
television camera before final acceptance between all manholes.
The video inspection shall be done after the manholes have been channeled and the line
cleaned and flushed. The video inspection shall be done with a minimum flow of water
in the pipe and inspected in the direction of the flow unless otherwise directed by the
Owner.
The camera shall have rotational capabilities and be used by the operator to view up each
�•• side sewer connection and provide best views of any non-conforming items.
Once the television inspection has been completed the Contractor shall submit to the
Owner the written reports of the inspection plus the videotapes. Said videotapes are to be
in color and compatible with the City's viewing and recording systems. The Owner's
system accepts 1/2-inch wide high-density VHS tapes. The tapes will be run at standard
speed SP (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms as
considered industry standard and as approved by the Owner, and provide completed
forms and video tapes of the completed TV inspection to the Owner.
SW 7'h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 77
Nis
we
SPECIAL PROVISIONS
8-01 EROSION CONTROL
8-01.1 Description
Section 8-01.1 shall be supplemented 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 solely responsible for lid
maintenance of all erosion control facilities necessary during the duration of this
Contract. Temporary erosion control includes catch basin protection, filter fabric fences,
placement of plastic sheets over exposed soil and stockpiles, seeding, mulching, netting,
cleaning catch basins, sweeping, etc., and any other activities needed to control erosion
from the project. Temporary 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. The surface water control requirements of King County shall apply and the
King County, Washington, Surface Water Design Manual shall be used for the design of
all facilities. err
Work shall include but not be limited to the following:
• Temporary Erosion Control Plan
• Dewatering Plan
• Storm Drain Inlet Protection
• Sediment Control Fencing
• Sandbags and Hay Bales
• Seeding, Fertilizing, and Mulch i°'
• Topsoil
rrr
• Covering Soil with Plastic Covering
• Miscellaneous Erosion Control
8-01.2 Materials
Section 8-01.2 shall be supplemented with the following:
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or
approved equal.
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 78
Ii
air SPECIAL PROVISIONS - Continued
NS
8-01.3(2) Topsoil
Section 8-01.3(2) shall supplemented with the following:
Topsoil shall be Type C as specified in Standard Specification Section 8-01.3(2)C.
8-01.3(3) Miscellaneous Erosion Control (New Section)
Contractor shall take all necessary precautions to prevent sediment from construction
activities from entering into storm water systems or natural waterways and from being
transported away from the construction area by storm water.
The Contractor shall cover all soil stockpiles at the end of the workday with plastic
sheeting securely anchored against the wind. Runoff from the plastic sheeting shall not
impact private property and shall be directed to the City storm sewer system.
8-01.3(4)A Seeding
Section 8-01.3(4)A shall be supplemented with the following:
Turftype Perennial Ryegrasses shall be a blend of the following:
Dasher II Manhattan II % by Weight 100
Fiesta II Prelude Min. Seed 98
Diplomat Bright Star Min. Germination 90
Omega II Saturn Max. Weed Seed .05
EIF SR 4200
Tophat
Lawn Seed Mix (rates,per 1,000 sJ):
46# Wood Fiber Mulch
"'"' 5# Seed Mix
15# 10-20-20 Fertilizer
1# Tackifier
When weather conditions are not conducive to satisfactory results from seeding
operations the Owner may order the work suspended and it shall be resumed only when
the desired results are likely to be obtained.
Inspection of any area will be made upon completion of each area of application of
seeding and fertilizing and again upon completion of the application of the mulching.
wn
The work in any area will not be measured for payment until a uniform distribution of the
material is accomplished at the specific rate.
In some areas, it may be necessary to apply a four-inch lift of"top-soil" to the disturbed
surface prior to hydroseeding. This item will be paid for separately as noted in the
Proposal.
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 79
.r.
SPECIAL PROVISIONS - Continued
8-01.3(4)B Fertilizing
Section 8-01.3(4)B shall be supplemented with the following: „s
A. Tree & Shrub Fertilizer
Agriform 20-10-15 planting tablets or equivalent.
B. Lawn Fertilizer.
wr
A commercial fertilizer meeting the requirements of Section 9-14.3 shall
be furnished. All fertilizer shall be pre-mixed prior to bringing on the job.
Initial Application: 10-20-20 at the rate of fifteen (15)pounds per 1,000
square feet.
Second Application: When the grass is two inches high, and prior to
mowing, a post-seeding fertilizer(10-20-20), shall be applied at the rate of
fifteen(15) pounds per 1,000 square feet.
Fertilization after first mowing: After the first mowing,the Contractor
shall apply fertilizer(6-2-4) at the rate of thirty pounds (30 lbs.) per one
thousand square feet(1,000 sq. ft.). First mowing shall occur when the
grass first reaches two (2") inches in height and shall be mowed to a
continuing height of one and one half inches (1-1/2"). Mowing shall
continue on a weekly basis thereafter until Physical Completion of the
project. r
8-01.3(5) Mulching
Section 8-01.3(5) shall be supplemented with the following:
Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating
process, from fir, hemlock, or alder. The mulch shall have a minimum 60% of fibers
8.5 mm or longer and 77% of the total fiber exceeding 3.5 mm in length.
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.
Percentage of tackifier shall not be less than 2% or greater than 10%, with the percentage
used clearly labeled on the outside of package.
8-01.3(6)B Soil Binder or Tacking Agent
■r
Section 8-01.3(6)B shall be supplemented with the following:
Tackifier to be primarily composted of guar gum. Tackifier shall be incorporated into the ni
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 fiber mulch to provide tackifier rates equivalent to or greater than specified.
N o
SW 7'Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 80
N i
4m• SPECIAL PROVISIONS - Continued
MINIM
8-01.5 Payment
All costs associated with erosion control shall be included under the lump sum bid for
"Temporary Water Pollution/Erosion Control", "Dewatering" and the unit bid prices for
"Seeding, Fertilizing and Mulching" and"Topsoil Type C." All other costs associated
with the above items shall be borne by the Contractor and shall be considered incidental
to the Project and merged into the various lump sum and unit prices.
8-02 ROADSIDE PLANTING
8-02.1 Description
!Mk
Section 8-02.1 shall be supplemented with the following:
This work shall include all planting of trees, shrubs and sod on the site. The planting shall
be installed using the materials shown on the Plans and/or as specified in these Special
Provisions. The planting shall be installed to grades and conform to the areas and
locations as shown on the Plans, or as directed by the Owner. 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 with sod, after trench is
back-filled and compacted. Restoration shall consist of placing 4-inch compacted topsoil
sod, and fertilizer. Disturbed lawn areas, after replacement of topsoil, re-sod, and
"l" fertilizer shall be watered a minimum of four(4) separate times a week for three weeks.
The Contractor shall periodically water, as needed depending on temperature. The water
shall be of such duration as to soak the grassed areas thoroughly and promote good root
growth.
8-02.2 Materials
Section 8-02.2 shall be supplemented with the following:
Fertilizer for sodded areas:
w
Initial application: 10-20-20 at the rate of fifteen(15) pounds per 1,000 square feet.
•• Second application: When the grass is two inches high, and prior to mowing, a post-
seeding fertilizer(10-20-20), shall be applied at the rate of fifteen(15) pounds per 1,000
square feet.
Fertilization after first mowing: After the first mowing, the Contractor shall apply
fertilizer(6-2-4) at the rate of thirty pounds (30 lbs.) per one thousand square feet(1,000
sq. ft.). First mowing shall occur when the grass first reaches two (2") inches in height
and shall be mowed to a continuing height of one and one half inches (1-1/2"). Mowing
shall continue on a weekly basis thereafter until Physical Completion of the project.
w.. Mulch
Shrub Bed Mulch:
Shrub bed mulch shall be Pacific Garden mulch or equal approved by the Owner,
available through Pacific Topsoil (800) 884-7645.
SW 7h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 81
rr
SPECIAL PROVISIONS - Continued +0
Tackifier:
Tackifier to be primarily composed 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. as
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular
wood fiber mulch to provide tackifier rates equivalent to or greater than specified.
Grass:
Turftype Perennial Ryegrasses shall be a blend of the following: ,,,,r
Dasher II Manhattan II %by Weight 100
Fiesta II Prelude Min. Seed 98
Diplomat Bright Star Min. Germination 90
Omega II Saturn Max. Weed Seed .05
EIF SR 4200
Tophat .w
Lawn Seed Mix (rates per 1,000 sf):
46# Wood Fiber Mulch
5# Seed Mix
15# 10-20-20 Fertilizer
1# Tackifier tom
Sod.
Provide sod as follows:
Mixture: 60% Perennial Turf Type Ryegrass
20% Hybrid Kentucky Bluegrass
20% Fescue
Ryegrass: 60%by weight
TARA perennial ryegrass as
DANDY perennial ryegrass
SHERWOOD perennial ryegrass
Fescue: 20%by weight
SPARTAN Hard Fescue
Sod shall:
as
• Contain no more than 1% other grasses,none of which is coarse or of
undesirable variety.
• Be free of weeds,pests, and diseases.
• Contain no more than 1% Poa Anna (annual bluegrass). as
a
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 82
+1. SPECIAL PROVISIONS - Continued
IMO
• Be not less than 10 months old and no more than 14 months old, healthy
and with a dense, vigorous, well-developed root structure.
• Be grown on fumigated soil with intensive care and cultivation under rigid
quality control.
• Be cut from fields no more than 24 hours before delivery to job site.
Sod is available through County Green Turf Farms; 1-800-300-1763, or equal.
8-02.3 Construction Requirements
Section 8-02.3 shall be supplemented with the following:
Sod:
Prior to laying sod, the initial application of the 10-20-20 fertilizer shall be spread and
raked into the topsoil. When grass reaches 2" in height and before mowing, apply the
second application of 10-20-20.
Sod shall be placed in accordance with standard horticultural practices. Dry soil shall be
moistened by sprinkling. All butt joints shall be staggered. On sloped areas, the sod
.� shall be laid with the long dimension parallel to the toe or top of slope. After placing,the
sod shall be rolled and heavily watered by sprinkler.
The Contractor shall be responsible for watering and fertilizing the sod during the
establishment period. Watering shall be scheduled to prevent drying of joints between
sod strips. Four weeks after the first mowing, 6-2-4 fertilizer shall be applied and
reapplied at six-week intervals.
Maintenance:
The maintenance of all sodded and seeded areas shall include watering, weed treatment,
mowing (between April 1st and September 30th)with a mower with soft pneumatic
wheels, and edging adjacent to paving, curbs, or walls. Maintenance shall continue until
physical completion of the project.
Inspection and Substantial Completion:
After completion of all sodding and seeding, including the post-planting fertilization,
which follows the first mowing, the Owner will review the sodded or seeded areas for
adequacy. Areas not fully established (sod) or germinated (seeded) with a uniform stand
of grass, or areas damaged through any cause prior to this inspection shall be
resodded/reseeded, as herein specified at the Contractor's expense. "Uniform stand of
grass" shall signify complete cover of lush, thriving, green grass with no bare spots.
A.• Reseeding:
Reseed and fertilize with 6-2-4 at a rate of four hundred pounds (30 lbs.) per 1,000 sf, all
areas failing to show a uniform stand of grass after germination of seed, or damage
through any cause before physical completion of the project.
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 83
tr.
SPECIAL PROVISIONS - Continued
8-02.3(2)A Chemical Pesticides
No chemical herbicides will be allowed in planting or ground cover areas.
8-02.3(4) Preparation, Cultivation, and Cleanup
Cultivate topsoil backfill materials, including imported topsoil and soil amendment, into "e
the existing subgrades to a minimum transition depth of 6 inches.
8-02.3(4)a Finish Grading and Topsoiling .+
Finish grades of planting and seeding areas shall allow for soil preparation and mulch.
Finish grades shall be as follows: .r
Planting Areas: 2 inches below all walks, curbs,and/or hard-surface edges.
Seeding Areas: 1 inch below all walks, curbs, and/or hard-surface edges.
Perform all excavation and backfill necessary to provide finish grade of landscape areas
as indicated and specified. Remove from site excess and unsuitable material. Any fill
material required to bring landscape areas to finish grade shall be imported Topsoil Type
C. Landscape areas shall be graded to lines, grades, and cross sections indicated. Grades
shall meet the following:
se
1. Maximum 2:1 slope, unless otherwise indicated.
2. Smooth and round off surfaces at abrupt grade changes.
3. Feather grades to meet existing gradually.
4. Provide minimum 2 percent crown or slope in all landscape areas. The
Contractor is responsible for any adverse drainage conditions that may
affect plant growth, unless he contacts the Owner immediately indicating
of
any possible problem.
Finish grades shall be inspected and accepted by the Owner prior to commencing planting
or seeding work. .w
The costs of removing all excess material and debris shall be incidental to other contract
pay items.
8-02.4 Measurement
Refer to bid items in Special Provisions Section 1-09.14 for the measurement of the items
listed above.
8-02.5 Payment
All costs associated with roadside planting shall be included under the lump sum bid for
"Remove/Restore Existing Landscaping" and the unit bid prices for"Seeding, Fertilizing
and Mulching" and "Topsoil Type C". The costs of removing all excess material and
debris shall be considered incidental to the Project and merged into the various lump sum
SW 7ih Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 84
1111
SPECIAL PROVISIONS - Continued
JIM
and unit prices. All other costs associated with the above items shall be borne by the
Contractor and shall be considered incidental to the Project and merged into the various
lump sum and unit prices.
8-04 CURB, GUTTERS,AND SPILLWAYS
8-04.1 Description
Section 8-04.1 shall be supplemented with the following:
Work includes replacement of curb and gutters removed or damaged due to construction
activities. The existing curb line shall be surveyed prior to construction to ensure that the
curb will be replaced in kind. The Owner and Contractor will review the survey to
determine if minor adjustments need to be made to the curb line elevations to improve
drainage.
""` 8-04.3 Construction Requirements
Section 8-04.3 shall be supplemented with the following:
Cement Concrete Curb and Gutter shall conform to City of Renton Standard Detail F 008,
and as is shown on the Plans.
Curb and gutters shall match the existing curb and gutter, including type and dimensions,
unless otherwise noted in the Plans or by the Owner. Grade shall meet adjacent curb and
gutter in a smooth transition.
r
8-04.3(3) Width of Replacement(New Section)
Contractor shall replace the curb and gutter to the nearest construction joint, unless
otherwise authorized by the Owner.
8-04.5 Payment
gip
Payment for all construction associated with this item of work shall be under the unit
contract price for"Cement Concrete Curb and Gutter". All other costs associated with the
above items shall be borne by the Contractor and shall be considered incidental to the
project and merged into the various lump sum and unit prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Section 8-14.1 shall be supplemented with the following:
... Work includes replacement of sidewalks removed or damaged due to construction
activities. Replacement of sidewalks shall include driveways and handicap access areas.
Cement Concrete Sidewalk shall conform to ADA Standards and City of Renton
Standard Detail F 007, and as is shown on the Plans. ADA ramp truncated domes shall
conform to WSDOT Standard Plan Detail F-3b.
SW 7°i Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 85
SPECIAL PROVISIONS - Continued
The Contractor shall further provide verbal and written notice (door hanger)to property
owners identifying restricted use of their sidewalks, etc. This notice must be provided wit
one-week prior and again one day prior to the work being performed.
8-14.3(2) Placing and Finishing Concrete 'S
Section 8-14.3(2) shall be supplemented with the following:
Contractor shall match the existing dimensions of the sidewalk, unless otherwise directed
by the Plans or Owner. Grade shall meet adjacent sidewalks in a smooth transition.
rr
8-14.3(5) Width of Replacement(New Section)
Contractor shall replace sidewalk to the nearest construction joint, unless otherwise
authorized by the Owner.
8-14.5 Payment
All costs associated with cement concrete sidewalks shall be included under the unit price
bid for"Cement Concrete Sidewalk." All other costs associated with the above items
shall be borne by the Contractor and shall be considered incidental to the Project and
merged into the various lump sum and unit prices.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND
ELECTRICAL 0
8-20.3 Construction Requirements
Section 8-20.3 shall be supplemented with the following:
Traffic signal loops shall be constructed per WSDOT Northwest Region Standard
Drawings as shown in the "Standard Details and Plans" section of these Specifications. 111.
8-20.3(14)C Induction Loop Vehicle Detectors
Section 8-20.3(14)C shall be supplemented with the following:
Loop Replacement r
Traffic loops shall be replaced where shown in the Plans or where indicated by the
Owner.
If advance loops are replaced,they shall be installed immediately ahead of or behind the
existing loops. The Contractor shall avoid cutting through the existing loop or lead-in to
minimize downtime. .,
Round Loops
Round loops shall be constructed in accordance with the following requirements:
0
SW 7h Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 86
if!
.., SPECIAL PROVISIONS - Continued
1. Loop conductor shall conform to these Special Provisions. Loop lead-in cable
shall conform to Section 9-29-3.
.. 2. Round sawcuts shall be six(6) feet in diameter and shall be constructed using
equipment designed for cutting round loops. The equipment shall use a
concave, diamond-segmented blade. The sawcuts shall be vertical and shall
be a minimum of 0.25 inch wide. The sawcut depth shall be a minimum of 2
""' 5/8 inches and a maximum of 3 inches measured at any point along the
perimeter, except on bridge decks. Other methods of constructing the round
sawcut, such as anchoring a router or flat blade saw, will not be allowed.
3. The bottom of the sawcut shall be smooth. No edges created by differences in
sawcut depths will be allowed.
4. All sawcut corners shall be rounded to a minimum 1.6 inches radius.
5. All sawcuts shall be cleaned with a 1000 psi high pressure washer as certified
by the manufacturer's label on the machine or as measured by an inline
pressure gauge. Wash water and slurry shall be vacuumed out and the sawcut
shall be blown dry with compressed air. Sawcutting shall be subject to the
`"' requirements set forth in Section 1-07.5(3) and the subsection Fish and
Wildlife and Ecology Regulations of the Special Provision LEGAL
RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.
6. Loops shall be installed after all grinding and prior to paving the final lift of
asphalt.
7. The loop shall be constructed using 4 turns of conductor. The conductor shall
be installed one turn on top of the previous turn. All turns shall be installed in
a clockwise direction. The conductors shall be secured to prevent floating
with 2-inch lengths of high temperature foam backer rod sized for a snug fit.
The backer rod shall be spaced at 2-foot intervals around the perimeter of the
w► sawcut and at corners.
Supplemental Specification Section 8-20.3(14)C shall be supplemented with the
following:
12. Install sealant per Section 9-02.1(10)
8-20.3(14)D Test for Induction Loops and Lead-in Cable
Section 8-20.3(14)D shall be supplemented with the following:
If grinding occurs in the area of existing induction loops and the Owner suspects that
damage to any loop may have resulted or believes it possible that a loop is not operating
adequately, the Owner may direct the Contractor to perform the field tests specified in
this section. The test results shall be recorded and submitted to the Owner. Loops that fail
any of the specified tests stall be replaced.
8-20.5 Payment
Section 8-20.5 shall be supplemented with the following:
All costs associated with traffic signal loops shall be included under the unit price bid for
"Traffic Signal Loop." All other costs associated with the above items shall be borne by
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 87
SPECIAL PROVISIONS - Continued *+
lig
the Contractor and shall be considered incidental to the Project and merged into the
various lump sum and unit prices.
8-21 PERMANENT SIGNING
8-21.3(5) Sign Relocation all
Section 8-21.3(5) shall be supplemented with the following:
Esto
Permanent Sign Relocation
During the life of the Contract, all existing signs that are damaged or removed shall be
replaced by the Contractor at no expense to the Owner.
Temporary Sign Relocation
Existing signs may be temporarily relocated to portable sign stands for convenience of
construction, subject to the approval of the Owner. When temporarily installed on posts,
the signs shall be located as near as practical to their permanent locations and shall have a wr
minimum vertical clearance above the pavement in accordance with the Manual on
Uniform Traffic Control Devices (MUTCD). Upon completion of construction in the
area immediately surrounding the permanent sign location, the sign, and support shall be
re-installed in their permanent location.
All portable sign stands shall be designed to rigidly support the sign in position without
creating a hazard to the motorist. Portable sign stands shall be furnished by the
Contractor and upon completion of the work shall remain the property of the Contractor
and shall be removed from the project.
Existing signs shall be relocated as directed and indicated on the Contract Plans. All
signs, unless specified herein, shall be mounted at a height of seven feet as measured
vertically from the ground (finished grade)to the bottom of the sign. Signs shall be
installed in conformance with the Standard Sign Installation Plan Detail. All signposts
shall conform to the Standard Sign Installation Plan Detail. Existing signposts, which do
not conform to, said detail shall be removed and wastehauled and a new signpost shall be
furnished.
8-21.5 Payment
All costs associated with permanent signing including furnishing and installing new
signs, relocating existing signs, removing and delivering signs to City shop, as specified
herein and shown on the Plans including metal tube sign posts, concrete anchors, and
fasteners shall be included under the lump sum bid for"Remove/Relocate Existing
Signing." All other costs associated with the above items shall be borne by the
Contractor and shall be considered incidental to the Project and merged into the various
lump sum and unit prices. nm
as
SW r Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 88
SPECIAL PROVISIONS - Continued
8-22 PAVEMENT MARKING
8-22.1 Description
Section 8-22.1 shall be supplemented 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. The new markings shall be installed to fit with the existing markings. New
markings shall be extended as needed to fit with existing markings. In some areas it may
be necessary to replace old markings outside the pavement restoration area with
completely new markings (for example: a new stop bar will be placed across the entire
AMP lane width where a pavement patch was installed). Markings and markers shall be in
accordance with the City of Renton Standard Plans.
8-22.2 Material
Section 8-22.2 shall be supplemented with the following:
,,. The following pavement marking materials have been tested and prequalified for use.
Plastic - Tape
Manufacturer Name Brand
3M Company 3M Stamark 380 - 60 mil.
Tape materials are not allowed on bituminous surface treatment (BST)pavement.
Plastic - Extruded Material:
Manufacturer Identification
Lafrentz Road Services Ltd. Lafrentz Thermoplastic
Morton International (Norris) Dura-Stripe AC
Motron International (Norris) Duraline-Thermoplastic
•�► Pave-Mark Corporation Pave-Mark Hydrocarbon
Pave-Mark Corporation Pave-Mark Alleyd
*Cataphote, Inc. Catatherm ABITOL
a.
* Approved for installation in Western Washington only.
8-22.5 Payment
All costs associated with pavement marking shall be included under the lump sum bid for
"Restore Pavement Markings." All other costs associated with the above items shall be
awl borne by the Contractor and shall be considered incidental to the Project and merged into
the various lump sum and unit prices.
IOW
SW 7th Street Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 89
Imo
rr
SPECIAL PROVISIONS
9-03 AGGREGATES ogo
9-03.10 Aggregate For Gravel Base
aso
Section 9-03.10 shall be supplemented with the following:
Gravel Base material shall be free of rock fragments larger than three inches.
9-03.16 Bedding Material for Thermoplastic Pipe „a
Section 9-03.16 shall be replaced with the following:
.rr
Pipe bedding shall conform to Class I, II, or III per ASTM D2321.
9-03.17 Foundation Material Class A and Class B
Section 9-03.17 shall be supplemented with the following:
aw
All foundation material shall be Class B.
9-03.22 Controlled Density Fill (New Section)
Controlled Density Fill (CDF) 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 C94 or
WSDOT 6-02.3.
se
Materials
1. Portland Cement: ASTM C150, AASHTO M85, or WSDOT 9-01
2. Fly Ash: Class For Class C
rrr
NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tb Page 90
SPECIAL PROVISIONS - Continued
3. Aggregates: ASTM C33, WSDOT 9-03.14, or WSDOT 9-03.1
4. Water: WSDOT 9-25
5. Admixtures: WSDOT 9-23.6, AASHTO M194, ASTM C494, or
ASTM C260
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 CDF. Actual
amounts may vary from those shown as approved by the Owner or approved trial mix
data or field test results for proper strength, workability, consistency, and density.
Maximum Compressive Strength, lbs. per sq. in. 100 300 300
(lbs./sq. ft.) (14,400) (43,200) (43,200)
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) 3,200 3,200 3,200
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
CDF, 3/8" minus or sand is recommended.
3. Weights may be adjusted for flow-ability and pump-ability.
9-03.22(3) Placement
CDF 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
Normal Flow-ability 6— 8 inch slump
High Flow-ability 8 inch slump or greater
CDF shall be placed by any reasonable means in to the area to be filled. Flowable CDF
shall be brought up uniformly to the elevation shown on the plans. Trench section to be
NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 91
vow
SPECIAL PROVISIONS - Continued
mg
filled with CDF shall be contained at either end of trench section by bulkhead or earth
fill.
w
CDF 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, CDF 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 stage shall be as continuous
an operation as is practicable. CDF shall not be placed on frozen ground. go
9-03.22(4) Compaction
rr
For flowable CDF 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 CDF for at least 24 hours after placement or until CDF is compacted or hardened to
prevent rutting by construction equipment of 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 goo
will be necessary, if approved by the Owner.
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.
wr
9-03.22(7) Payment
All costs associated with controlled density fill shall be included under the unit bid price
for"Controlled Density Fill." All other costs associated with the above items shall be
borne by the Contractor and shall be considered incidental to the Project and merged into „i
the various lump sum and unit prices.
.1
NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 92
MI
SPECIAL PROVISIONS - Continued
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS
9-05.13 Ductile Iron Sewer Pipe (DI)
Section 9-05.13 shall be supplemented with the following:
DI pipe shall be Class 52. Watertight joints shall be furnished and installed.
9-05.19 Corrugated Polyethylene Pipe (CPEP)
9-05.19(2) Pipe Material and Fabrication
CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M
Ito 294, Type S.
9-05.19(3) Fittings and Gaskets (New Section)
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 equal as approved by Owner.
9-05.19(4) Installation (New Section)
w
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
9-14.1(3) Topsoil Type C
tillit
Section 9-14.1(1) shall be supplemented with the following:
Topsoil shall not be used while in a frozen or muddy condition.
All topsoil shall be furnished as necessary to complete the required restoration and
seeding. A certified analysis of the topsoil from each source shall be submitted to the
Owner before delivery to the site.
If deficiencies in the topsoil are found as a result of this analysis, they shall be corrected
at no expense to the Owner.
Vow
NE 7th Street and Monroe Avenue Storm Drainage Improvement Project-Special Provisions\AQ\tp Page 93
yw.
so
SPECIAL PROVISIONS - Continued
9-14.8 Cleaning (New Section)
Perform cleaning during installation of the work and upon completion of the work. 'g"
Remove from the site all excess materials, debris and equipment. Repair damage to any
project features.
•rr
9-30 WATER DISTRIBUTION MATERIALS Nei
9-30.1(4)A Steel Pipe (6 inches and over)
Section 9-30.1(4)A shall be supplemented with the following:
The steel sewer pipe encasement shown shall be lined and coated with coal tar epoxy, a +�w
minimum of 12 mils.
Ass
witwry
V
NE 7th Street and Monroe Avenue Storm Drainage Improvement Project—Special Provisions\AQ\tp Page 94
t11M
W
V
GEOTECHNICAL REPORT
GEOTECHCOV.DOC\
rr
GEOTECHNICAL REPORT
SW 7TH STREET STORM DRAIN
RENTON, WASHINGTON
HWA Project No. 2003-007-21
w•
March 14. 2003
SIP
rr
ate
ir Prepared for:
Gray & Osborne, Inc.
•
vor
low
HWAGEOSCIENCES INC.
U �
HWAGEOSCIENCES INC. „,
19730-64TH AVE.W.,SUITE 200 al
February 6, 2003, revised March 14, 2003 LYNNWOOD,WA 98036-5957
TEL.425-774-0106
HWA Project No. 2003-007-21 FAX. 425-774-2714
www_h wa g eos cie nces_co rn
Gray & Osborne, Inc.
701 Dexter Avenue N, Suite 200
Seattle, Washington 98109
Attention: Ms. Stacy Clear, P.E.
Subject: GEOTECHNICAL REPORT
SW 7`h Street Storm Drain
Renton, Washington
Dear Ms. Clear:
In accordance with your request, HWA GeoSciences Inc. completed a design level
geotechnical engineering study for the proposed storm drain replacement project along
SW 7th Street in Renton, Washington. We have incorporated comments from the draft
report dated February 6, 2003 in to this final report. We appreciate the opportunity to
provide geotechnical services on this project. Should you have any questions or
comments concerning our enclosed report, or if we may be of further service, please do
not hesitate to call.
Sincerely,
HWA GEOSCIENCES INC.
IMO
ildfed
•
Michelle L. Ramos, P.E. Ralph N. Boirum, P.E.
Geotechnical Engineer President
BKH:MLR:RNB
f
i
GEOLOGY di
GEOENVIRONMENTAL SERVICES
HYDROGEOLOGY
GEOTECHNICAL ENGINEERING a
TESTING&INSPECTION
err
TABLE OF CONTENTS
Page
1.0 INTRODUCTION 1
1.1 GENERAL 1
1.2 PROJECT DESCRIPTION 1
1.3 SCOPE OF SERVICES AND AUTHORIZATION 1
2.0 FIELD AND LABORATORY INVESTIGATIONS 1
2.1 SITE EXPLORATIONS 1
2.2 LABORATORY TESTING 2
3.0 SITE CONDITIONS 2
3.1 SURFACE CONDITIONS 2
3.2 GENERAL GEOLOGIC CONDITIONS 2
3.3 SUBSURFACE CONDITIONS 3
3.3.1 Ground Water 4
4.0 CONCLUSIONS AND RECOMMENDATIONS 4
4.1 GENERAL 4
• 4.2 FOUNDATION CONSIDERATIONS 5
4.2.1 Seismic Considerations 5
4.2.2 Foundation Conditions and Pipe Bedding 6
'"" 4.3 TEMPORARY SHORING 6
4.4 DEWATERING 8
1*
4.5 LATERAL EARTH PRESSURES FOR TEMPORARY BRACED SHORING 8
4.6 PAVEMENT RESTORATION 8
4.7 FILL PLACEMENT AND MATERIALS 8
• • 4.8 SURFACE RUNOFF 9
4.9 SPECIFICATION REVIEW 10
5.0 CONDITIONS AND LIMITATIONS 10
LIST OF FIGURES (FOLLOWING TEXT)
Figure 1. Vicinity Map
Figure 2. Site and Exploration Plan
Figure 3. Cross-Section A-A'
w
Figure 4. Lateral Earth Pressures for Braced Shoring
ON
wrn
Table of Contents (continued)
Appendices
Appendix A: Field Exploration
Figure A-1. Legend of Terms and Symbols Used on Exploration Logs
Figures A-2—A-8. Logs of Boreholes BH-1 through BH-7
Appendix B: Laboratory Testing
Figure B-1. Plasticity Chart
Figures B-2 - B-6. Grain Size Distribution
ail
Appendix C: Previous Explorations
0
tow
tit0
+rll
2003-007-21 SW 7th Street Report final 11 HWA GEOSCIENCES INC.
wr
GEOTECHNICAL REPORT
SW 7TH STREET STORM DRAIN
RENTON, WASHINGTON
1.0 INTRODUCTION
1.1 GENERAL
go
This report presents the results of a geotechnical engineering study completed by HWA
GeoSciences Inc. (HWA) for the proposed storm drain replacement project along a
lwop corridor of SW 7th Street in Renton, Washington. The purpose of this investigation was to
evaluate the-conditions at the site and provide geotechnical recommendations for design
1111. and construction of the project.
1.2 PROJECT DESCRIPTION
tow
Our understanding of the project is based on discussions with and design information
provided by Mr. Mike Jauhola of Gray& Osborne, Inc. (G&O). We understand that the
NW City of Renton plans to replace the existing, undersized storm drain along SW 7th Street
between Lind Avenue east to the dead end, with a new 60-inch storm drain. The location
of the site is shown on the Vicinity Map, Figure 1. Site features, proposed improvements
and locations of subsurface explorations advanced for this study are shown on the Site
and Exploration Plan, Figure 2
1.3 SCOPE OF SERVICES AND AUTHORIZATION
A proposed scope of services and cost estimate for this geotechnical investigation was
' ` submitted by HWA to G&O on December 10, 2002. Authorization for the work was
subsequently given by Thomas Zerkel of G&O on January 16, 2003. The scope of work
completed for this project included seven geotechnical borings along the pipe alignment
and performing selected field and laboratory testing and engineering analyses to develop
geotechnical recommendations for the proposed improvements.
yr
2.0 FIELD AND LABORATORY INVESTIGATIONS
rr
2.1 SITE EXPLORATIONS
,M,,, The subsurface conditions in the vicinity of the proposed improvements were investigated
by means of seven exploratory boreholes, designated BH-1 through BH-7. The boreholes
were drilled in the eastbound and westbound lanes of SW 7`h Street,between Lind
w.
tip
February 6, 2003,revised March 14, 2003
HWA Project No. 2003-007-21
Avenue and Burnett Avenue to the east, and extended to depths of approximately 29 to 36
feet below the surface of the existing asphalt pavement. A piezometer was installed each
boring to monitor ground water levels (DOE Start Card#45362). Additionally,boring
BH-7 (1999) from a previous project in the vicinity, located at the intersection of SW 7th
Street and Morris Avenue, is included. The conditions encountered in this boring are
plotted on the cross-section, Figure 3, and a log of the boring is presented in Appendix C.
The approximate locations of the explorations performed for this project are shown on the
Site and Exploration Plan (Figure 2). Within the boreholes, samples were obtained at
selected depths, along with strength data, using Standard Penetration Testing (SPT)
methods. The exploratory borings were logged by an HWA geotechnical engineer, who
also obtained disturbed samples of soils at selected intervals in the borings. Appendix A
contains summary logs of the borings and describes the field exploration methodology in
greater detail.
2.2 LABORATORY TESTING
Laboratory tests were conducted on selected samples obtained from the borings to
characterize relevant engineering and index properties of the site soils. Laboratory tests
included determination of in-situ moisture content, Atterberg Limits, grain size
characteristics and organic content. The tests were conducted in general accordance with
appropriate American Society of Testing and Materials (ASTM)standards. The test
results and a discussion of laboratory test methodology are presented in Appendix B, or
displayed on the exploration logs in Appendix A, as appropriate.
3.0 SITE CONDITIONS
3.1 SURFACE CONDITIONS
The SW 7th Street Storm Drain Replacement project site is situated near downtown
Renton in a residential and light commercial area, as shown on the Vicinity Map,
Figure 1. Site topography is relatively flat, with maximum relief of about 5 feet. The
project alignment is approximately 3700 feet in length. Along the western 2600 feet of
the alignment, SW 7' Street consists of 4 lanes with a turning lane in locations. At the
eastern end the street tapers to 2 lanes.
a
3.2 GENERAL GEOLOGIC CONDITIONS
The Puget Lowland has repeatedly been occupied by a portion of the continental glaciers
that developed during the ice ages of the Quaternary period. During at least four periods,
portions of the ice sheet advanced south from British Columbia into the lowlands of
western Washington. The southern extent of these glacial advances was near Olympia,
a
2003-007-21 SW 7th Street Report final 2 HWA GEOSCIENCES INC.
February 6, 2003, revised March 14, 2003
HWA Project No. 2003-007-21
Washington. Each major advance included numerous local advances and retreats, and
each advance and retreat resulted in its own sequence of erosion and deposition of glacial
lacustrine, outwash and drift deposits. Between and following these glacial advances,
sediments from the Olympic and Cascade Mountains accumulated in the Puget Lowland.
As the most recent glacier retreated, it uncovered a sculpted landscape of elongated,
north-south trending hills and valleys between the Cascade and Olympic mountain
es
ranges, composed of a complex sequence of glacial and interglacial deposits. Post-glacial
deposits within the Puget Lowland include alluvium, lacustrine deposits,volcanic
sir , mudflow deposits, and landslide deposits.
The project area is located in the geologically recent floodplain of the Cedar and Black
Rivers, a site of deposition since the retreat of the last glacier some 13,000 years ago.
Post glacial alluvial sediments include fine sands and silts deposited in slow-moving
water; coarse sands and gravels deposited in faster-moving active channels; and clayey
um silts, organic silts, and peats, deposited in still water such as ponds, oxbow lakes and
Lake Washington.
�w.
3.3 SUBSURFACE CONDITIONS
*Ng
information for the site was obtained from the Geologic Map of the Renton
Quadrangle, King County, Washington (Mullineaux, 1965). The geologic map indicates
that the project area is generally underlain by recent alluvium consisting of sand and
gravel with peat, silt and clay.
Subsurface conditions along the proposed route are illustrated on Figure 3, Cross-Section
rp A-A'. Note the vertical exaggeration (60x) in these figures. Greater detail is presented
on the boring logs in Appendix A. Based on our borings, the storm drain alignment is
generally underlain by a sequence of fill and alluvium.
11111
Fill was encountered directly beneath the pavement in all of the borings, extending to
depths of approximately 2.5 to 4 feet. The fill encountered consisted generally of loose to
medium dense, clean to slightly silty, sand and gravel. Bricks were encountered in the
fill in BH-6. Some of the fill encountered in these borings could be utility trench backfill.
Recent alluvium was encountered in all of our explorations immediately below the fill
and extended the entire depth of the explorations. The alluvium consists of interbedded,
very loose to medium dense, gray, clean to very silty sand, and very soft to medium stiff,
dark, organic silt, peat, and silt. These materials are relatively fine-grained and were
deposited in a low-energy environment such as a lake or shallow estuary. They are
++■l moderately to highly compressible and have relatively low shear strengths. They may
contain logs, stumps or other woody debris.
2003-007-2I SW 7th Street Report final 3 HWA GEOSCIENCES INC.
February 6, 2003, revised March 14, 2003
HWA Project No. 2003-007-21
The borings also encountered a higher energy, coarser deposit of alluvium consisting of
sands and gravel containing cobbles and possibly boulders. The coarser alluvial soils are
generally present below the fine-grained alluvium, although there are occasional layers of
one within the other.
The higher energy, coarse alluvium consists of medium dense to dense, gray to brown, ,
clean to silty gravelly sand and sandy gravel, with occasional cobbles. Organic debris,
consisting of sticks, roots, and other organic matter was encountered in several samples.
Although no boulders were identified in the explorations, boulders may be present in the +Irf
coarse alluvium.
Because the borings were drilled to one side of the proposed pipeline alignment, actual
soil conditions in the pipeline excavation may be different than indicated. We expect
trench backfill to be present above the pipeline being replaced.
3.3.1 Ground Water
0.
Ground water was encountered in all borings during drilling at approximately 5 to 7 feet
below ground surface. A 2-inch diameter PVC piezometer was installed in all of the
borings to monitor ground water levels. Ground water levels taken a week after drilling
indicated water levels from 4 to 8 feet below road surface. It is anticipated that ground
water conditions will change in response to rainfall, time of year and other factors.
4.0 CONCLUSIONS AND RECOMMENDATIONS
•
4.1 GENERAL
We understand that the new storm drain is to be located along approximately the same
line and grade as the old stone drain. There is a desire to minimize the impacts to traffic
along SW 7th Street during construction.
Based on the subsurface conditions encountered in our geotechnical investigation, the
following constraints will affect the design and construction of the proposed project:
• The proposed pipeline will traverse loose, soft alluvial soils below the groundwater
table. These soils include compressible clays, silts and peat, in addition to sands and
gravels containing occasional cobbles. Logs or other wooden debris and occasional
boulders also may be present along the proposed pipe alignment. Since the new
pipeline will largely be located in the existing pipeline alignment, much of the soils to
be encountered will likely be old trench backfill.
2003-007-21 SW 7th Street Report final 4 HWA GEOSCIENCES INC.
-s
a
February 6, 2003, revised March 14, 2003
"" HWA Project No. 2003-007-21
,w • Large, potentially damaging settlements to nearby utilities and structures are likely to
result from the operation of dewatering wells along the alignment.
• The potential need to minimize surface disruptions during construction along with the
desire to avoid undermining existing utilities and roadway due to soil sloughing and
caving using traditional trench box shoring methods.
Based on the these concerns, our recommendations include using either braced steel
plates, steel sheetpiles or traditional trench boxes to support the excavation. Additionally,
we recommend the use of lightweight fill, either clean, uniform sand or controlled density
fill (CDF), as trench backfill. These recommendations will provide for flexibility in the
ler
method to support the excavation sidewalls, limit dewatering and ground water flow into
the excavation and minimize post-construction settlement.
Tunneling was identified as a potential construction method, particularly under the high
volume intersections. However it was not carried through as a feasible option due to the
shallow alignment, the challenging soil conditions (running ground, squeezing ground),
the relatively high cost, and the likelihood of having to re-build and re-pave the road due
to settlement during tunneling.
ars The following sections provide recommendations for seismic considerations, foundation
design, lateral earth pressures and construction considerations.
4.2 FOUNDATION CONSIDERATIONS
4.2.1 Seismic Considerations
The project site lies within Seismic Zone 3 as defined in the Uniform Building Code (UBC,
1997). Zone 3 includes all of western Washington, and represents an area of moderate seismic
risk. Consequently, moderate levels of earthquake shaking should be anticipated during the
design life of the proposed improvements, and the facilities should be designed to resist
,r earthquake loading in accordance with applicable local and state requirements.
Based on the subsurface conditions observed during our exploration program at the
proposed treatment facility site, UBC Soil Type SE should be assumed for the native soils
at the depths of the proposed improvements. The corresponding normalized response
spectra for the assumed UBC Soil Type is considered adequate for the site.
1r
Soil liquefaction is a phenomenon wherein saturated soil deposits temporarily lose
strength and behave as a liquid in response to earthquake shaking. Soil liquefaction is
generally limited to loose granular soils located below the water table.
r
2003-007-21 SW 7th Street Report final 5 HWA GEOSCIENCES INC.
e
February 6, 2003, revised March 14, 2003
HWA Project No. 2003-007-21
The upper alluvial soils in the project area have a high susceptibility to liquefaction.
Evidence of liquefaction was observed in the project area during the 1965 magnitude 6.5
Seattle-Tacoma earthquake. According to Liquefaction Susceptibility for the Des Moines tit
and Renton 7.5'Quadrangles, Washington (Palmer et al., 1994),two historic liquefaction
sites have been mapped in the project area
1. Near Burnett Street and South 7th Street along the ESI Pipeline alignment; and
2. A residence on South Shattuck Street, between South 6th and 7th Streets.
s
According to Palmer, at the residence on Shattuck Street, the 1965 earthquake-induced
liquefaction resulted in foundation and sidewalk cracking, up to 21/2 inches of settlement
of the house, and upheaval/depression of the front and back yards.
In our opinion, properly compacted trench backfill will have little of no liquefaction vii
potential.
4.2.2 Foundation Conditions and Pipe Bedding
Along most of the alignment, the soils at the depth of the proposed storm drain consist of
very soft to soft, organic silt and silty sand. It will not be feasible to remove these soils,
as these deposits extend to considerable depths. To provide suitable support and bedding
for the pipe, we recommend the storm drain be founded on clean sand. To minimize
disturbance to the foundation subgrade during excavation, the excavator should use a
smooth-edged bucket rather than a toothed bucket.
sip
Pipe bedding should provide a firm uniform cradle for support of the pipes. A minimum
12-inch thickness of bedding material beneath the pipe should be provided. Prior to
installation of the pipe,the pipe bedding should be shaped to fit the lower part of the pipe
•
exterior with reasonable closeness to provide uniform support along the pipe. Pipe
bedding material should be used as pipe zone backfill and placed in layers and tamped
around the pipes to obtain complete contact. To protect the pipe,bedding material should
extend at least 12 inches above the top of the pipe.
4.3 TEMPORARY SHORING
Excavations for the sewer line can be accomplished with conventional excavating
equipment such as backhoes and trackhoes. Because of the nature of the alluvial soils,
the high ground water table, potential for flowing sands, and the depths of excavation, the
excavations will require dewatering and shoring.
IW
1
2003-007-21 SW 7th Street Report final 6 HWA GEOSCIENCES INC.
February 6, 2003, revised March 14, 2003
'"* HWA Project No. 2003-007-21
w. We have identified three methods by which the excavation could be shored: traditional
trench boxes, steel plates with hydraulic/adjustable bracing and driven/vibrated
interlocking sheet piles with internal bracing.
olo
In some areas, trench boxes may not provide adequate sidewall support and could allow
soils to slough and cave,resulting in loss of support for existing utilities and the road
surface. These soft/loose soils have the potential to slough to slopes approaching
1.25H:1 V (horizontal:vertical).
lop
Where utility and roadway protection is of more concern, steel plates with adjustable or
hydraulic bracing may be used for temporary shoring. Excavation to, or slightly below,
'sr the water table may be possible before placement of the steel plates. Thereafter,
excavation could continue within the plates.
gym Where it is necessary to minimize the area affected by trench excavation, and/or protect
nearby structures or utilities, the use of interlocking sheetpiles may be required. The use
of sheetpiles would also minimize ground water flow into the excavation and limit the
amount of dewatering required, protecting nearby utilities and structures from settlements
associated with dewatering.
The temporary shoring should be designed to resist the lateral earth pressures resulting
from the soil and ground water as well as any traffic and/or construction surcharge loads.
Lateral earth pressures for braced excavations are presented in Figure 4 and discussed in
„os
the following section.
ite
We recommend that the contractor be required to submit a shoring/excavation plan for
review prior to construction. The plan should be required to contain specific measures
for temporary support and protection of the existing utilities and structures. Precautions
rw should be taken during removal of the shoring to minimize disturbance of the pipe,
underlying bedding materials, and native soils.
Maintenance of safe working conditions, including temporary excavation stability, is the
responsibility of the contractor. In accordance with Part N of WAC (Washington
Administrative Code)296-155, all temporary cuts in excess of 4 feet in height should be
"" sloped or shored. The existing native soils generally consist of loose sands and soft silt.
These sand deposits generally classify as Type C soil,per WAC 296-155, and, if no
ois
shoring is used, should be sloped no steeper than I'/2H:l V. Flatter side slopes will be
required where ground water seepage is encountered.
ON
2003-007-21 SW 7th Street Report final 7 HWA GEOSCIENCES INC.
IMO
February 6, 2003, revised March 14, 2003
HWA Project No. 2003-007-21
4.4 DEWATERING
Dewatering could be accomplished either within the excavation with sumps and pumps,
by allowing the water to drain through the constructed sewer, or by dewatering wells.
Settlement outside the excavation may occur with dewatering wells.
Groundwater was encountered in the exploratory borings approximately 4 to 8 feet below
existing ground surface. It should be noted that groundwater conditions can vary
substantially over time, and over relatively short distances. The contractor should be
prepared to deal with groundwater during construction.
Dewatering should be performed is such a way as to not cause settlements or damage to i
adjacent properties. Lowering the groundwater level more than about 5 feet below its
lowest ambient level could result in settlement of the ground surface and any structures or
utilities in the dewatered areas. Design and implementation of any dewatering system is
the responsibility of the contractor. Dewatering systems should be designed and
submitted to the project engineer for approval prior to the commencement of the
excavation.
4.5 LATERAL EARTH PRESSURES FOR TEMPORARY BRACED SHORING gel
Lateral earth pressures on a retaining wall are dependant on the soil type, ground water
level, allowable lateral movement of the walls, excavation methods and construction
sequence.
The shoring system should be designed for the pressures illustrated in Figure 4. For
design of shoring, we recommend that the ground water level outside of the excavation be
assumed at the ground surface.
Figure 4 also provides methods to detennine lateral loads for traffic and construction
surcharge loading.
4.6 PAVEMENT RESTORATION
The new pavement structure should consist of a minimum of 6 inches of asphalt concrete
pavement (ACP) over a minimum of 12 inches of crushed surfacing base course meeting the
requirements of Section 9-03.9(3) of the WSDOT Standard Specifications. We recommend
that the exposed pavement subgrade be evaluated by a geotechnical engineer. i
4.7 FILL PLACEMENT AND MATERIALS
In order to reduce settlement potential of the soft silts below the pipe invert,minimize
settlement of the trench backfill and reduce roadway maintenance, the weight of the new
2003-007-21 SW 7th Street Report final 8 HWA GEOSCIENCES INC.
February 6, 2003, revised March 14, 2003
'"" HWA Project No. 2003-007-21
Ern storm drain pipe and associated backfill should be less than the weight of the existing
pipe and material removed. In this regard, we recommend that either clean sand or
lightweight Controlled Density Fill (CDF) be utilized as trench backfill.
Compacted granular structural fill should consist of clean, fine to medium sand, similar to
the bedding material. It should be free of gravel, organics and other debris. The on-site
soil removed from the excavation will generally not be suitable for reuse as structural fill,
due to the abundance of soft organic silty soils. Structural fill soils should be moisture
■ conditioned to within about 3 percent of optimum moisture content, placed in loose
horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the
maximum dry density(MDD), determined using test method ASTM D 1557 (Modified
rr. Proctor).
Trench backfill should be densely compacted in a systematic manner. The contractor
should develop compaction methods that consistently produce adequate compaction
levels. All backfilling operations should be monitored full-time by a qualified inspector
and a sufficient number of in-place density tests should be performed as the fill is placed
isr
to determine if the required compaction is being achieved.
During placement of the initial lifts, the trench backfill material should not be bulldozed
ow
into the trench or dropped directly on the pipe. Furthermore, heavy vibratory equipment
should not be permitted to operate directly over the pipe until a minimum of 2 feet of
backfill has been placed over the pipe bedding.
Alternatively, CDF or Controlled Low-Strength Material (CLSM) could be used as
backfill from the springline of the pipe to the base of the pavement layers. The use of
CDF or CLSM would eliminate the effort required to place and compact granular
structural fill around and above the pipe, and if a lightweight mix design is selected could
reduce potential pipeline settlements. Depending on filler or aggregate material used,
CDF ranges from 90 to 145 pounds per cubic foot(pcf). When preformed foaming
agents are used in low-density CLSM, unit weights of 20 to 80 pcf can be achieved. We
recommend a mix design with a unit weight of 100 pcf or less.
A significant cause of large settlement results from inadequate shoring practices and poor
PM
compaction during shoring removal and backfilling. Special care must be taken to obtain
good compaction up to the edges of the excavation as the shoring is removed. Moreover,
,.� attention must be paid to ensuring good compaction around manholes.
4.8 SURFACE RUNOFF
Surface runoff control during construction should be the responsibility of the contractor,
and should be treated prior to discharge so as to comply with State water quality
2003-007-21 SW 7th Street Report final 9 HWA GEOSCIENCES INC.
February 6, 2003, revised March 14, 2003
HWA Project No. 2003-007-21
standards. Grading measures, slope protection, ditching, sumps, dewatering, and other
measures should be employed as necessary to permit proper completion of the work.
a
4.9 SPECIFICATION REVIEW
We recommend HWA review and provide input to the project specifications, specifically
sections pertaining to earthwork, and temporary shoring prior to putting the project out to
bid.
I
5.0 CONDITIONS AND LIMITATIONS
We have prepared this report for Gray & Osborne, Inc. and the City of Renton for use in
design of a portion of this project. This report should be provided in its entirety to
prospective contractors for bidding and estimating purposes; however, the conclusions r
and interpretations presented in this report should not be construed as a warranty of the
subsurface conditions. Experience has shown that soil and ground water conditions can
vary significantly over small distances. Inconsistent conditions can occur between
explorations and may not be detected by a geotechnical study. If, during future site
operations, subsurface conditions are encountered which vary appreciably from those
described herein, HWA should be notified for review of the recommendations of this
report, and revision of such if necessary.
Sufficient geotechnical monitoring, testing, and consultation by HWA GeoSciences, Inc.,
should be provided during construction to confirm that the conditions encountered are
consistent with those indicated by the explorations, to provide recommendations for Sri
design changes should conditions revealed during construction differ from those
anticipated, and to verify that the geotechnical aspects of construction comply with the
contract plans and specifications.
Within the limitations of scope, schedule and budget, HWA attempted to execute these
services in accordance with generally accepted professional principles and practices in the
fields of geotechnical engineering and engineering geology in the area at the time the
report was prepared. No warranty, express or implied, is made. The scope of our work
did not include environmental assessments or evaluations regarding the presence or
absence of wetlands, hazardous substances in the soil, or surface water at this site or
decommissioning of monitoring wells installed for this project.
This firm does not practice or consult in the field of safety engineering. We do not direct
a
the contractor's operations, and cannot be responsible for the safety of personnel other
than our own on the site. As such, the safety of others is the responsibility of the
iti
a
2003-007-21 SW 7th Street Report final 10 HWA GEOSCIENCES INC.
February 6, 2003, revised March 14, 2003
HWA Project No. 2003-007-21
sir contractor. The contractor should notify the owner if he considers any of the
recommended actions presented herein unsafe.
0.0
We appreciate the opportunity to provide geotechnical services on this project. Should
you have any questions or comments, or if we may be of further service,please do not
hesitate to call.
rr
Sincerely,
to, HWA GeoSciences Inc.
ist
#'y
Mit
Bryan K. Hawkins Ralph N.Boirum, P.E.
Geotechnical Engineer President
YLOUIS
war A
,••.:'"-t*' 8*4.`x\,'1
111111 111111 8 r tAL 3A/4 3
1 EXPIRES 05/18/ 03
Michelle L. Ramos, P.E.
Geotechnical Engineer
BKH:RNB:mlr
.t.
2003-007-21 SW 7th Street Report final 11 HWA GEOSCIENCES INC.
1
al
7
FODNTAIN �7{0y�' rd itt :% 0..,..-�4- }Q•Bryn z r ' `_ -e
._...___ S 112TH LZ C-' 1 tin ,y ' ..to .- NE 12TH wT = < '
0 0 a. •a tM1:, r'''''?'"4 W o---- ,nS._ ,..:v..m _° €NI m
< ,r -trlc�"-.. .m m un.-.a+a < ra - ` u ; �► �D
vi w sD to -..or_3,9 0,,.-, to :£......___-W.. j i _ ,_.._ .0 Y �m
11871fm be' ',y tz --- < - w SI eTtf"a Z _ m- -.
to ay , z a., ?p < �5 117 T" , r m i ,m
£ ti0 .-, ,ca ` _ m c 'S 1ieTH ki: i Q 4 c l q �Ej
t x g v -.,�,, Fm - i0 r-S_ 11fiT ;. :t 1 .;!Lill N�BTH? -S G4'- 1 ' °t•U'''''"" 't �[ X'= N 8TH w I .}4.1 '}a
.� ?'m ix 1'1 # y s=w_¢.._.,i j S=12 'i_. ? ! --Iii: '. °� 314.4..,,,I;. OLE1.--••- ! i--
N.. 1 rn m .Q�, - fi s ip' .._.5#122ND a.�_5121ST 1'', •.w y,�
w .t s."
rn s F;t , /Pi-- m}- 1._. iNW7T Etta¢-,, 37TH S' T, > i I
yEm' r0 € 4. i im .. S IZ3RD i # _ x2 ] +-- .c1 41. NE
5124 I : x Ill 6TH a 7�3 t:
iii
T►i BTic`G-RvN r� '.,.,,z,_. S 124'LH a g i, F t i , 3fi -^ G - ,
S 125 to 7 o W 3 i1W5[H �Q. Y J_t I. � F 1"
a• w i r'' �. , {ari l g �: ��' 5TH r
1--„,...--1 s p,• S 127TH a 'rW wa n 3 � Z y m .
I b S?H a w Ifi'
a5.12T;N i `,, 1 f a_..S W __ 7:~o = 7N ``v = , ' 7 S 14W311°1 I l ?? T I w OFt, ' r- ) '" t•. a
Si ` 1 ii -' .. `2:::em m ,° Q1 ', R 1 M $ .. Q<�s t �.
,
SOS o .''''' a--_,..1.---;D q :744W-2)40>_ ¶on110 81 a : i �_.. at lit
F 136Th 54Y`r ' 7 i t, �=t '\
.. .
900 ^ '""<.. _ r ;.
�; . PROJECT ,:,.,„„,..,.,...,:,,,,,,,,,,,,,,,,,,_:. c
, _, - , , , ,3sT"hF LOCATION ,r ... . 'r•
tr gyp, Fr- \. I � gA F.
�--14-3', ti � d tm �,,,.. 1� t �.<i�'1`S'.BTH �c
'- kwdi‘,..,.._4„,,,i� .r- '' _ 0' �..t .. o it N 1 v._`5E TTH
- 11' 4 ', "• ✓ t ..,,„;, ,7' 1, S
-4 im 0(41 r # a y� SOY S t°r°]H . .
E eta z << f--\,_,,
y1 N°-,jz :7 ,, ')%--_'... ,;(,,,,,,,,,,,„54.* `;,e
ib1p b. r`""\ IA 9,---
w ,� yt' _ - ;,,_ trt. I r - ,F - ";j 1 r'r �E7C Avp.
ND rA PL F /' ` , ' -----4o V,• 1 gv4te.I.. ;" -A 3 - j 3 m. ,,,,e4„-\--7k
S 153RD m }'rte - < p< . z�l ..> fi{ I s - A o 7'a U2; 4� i
It
SaahouterSiroppnq. + s-iI ! �'_ $ 19TH .& :.'t�f m -1^1,-.-.5119 y,7 , i w r, m..m t o:'� /i...• N l'6'.1. , \i;'i� Kr,.'. z z 6t1''''''
1 •� .a `e 9F'S20T1
.. THCEN ��{{tt .0-,:..--::,,74744-::..m, ) 1P . fi s fz bi t O rye yo O v S �/�.,�. t.:..,_....
.,,'- 1 - , : to . -1 .A Y .fz,.?y,. Sly --vp
^..,+10 '; I , ,x..a "Oeho Pilot Training Center = -, ') '-5�� '-..x < O ,,,wpm'- ° t 3 #m `1`y" ,,&_,,,..,_. Ili
a � •7
E1lANS BLACK _ i 4 mr to ,-r _W m y
..4'$ER -. 1 SW 37TH 1 :4 1e t p m SE 162ND `s. S ^�ra .fi
�# T ST i__-_._.--' Sr 29TH I S25TH j 1 p-s, Z o
' a i im ! x SE 1e3RD < o
RANDER Y, a Tj r; I i ..__ S 6 S 37THSE 164TH w ; ,m ° '
- ^ _ wl _ t t -+ ,-. Try � ... � _ _..__.W p„�� �rID f
eil
ti, 0 � m r� -i m q m
>`� 31ST i - a S:2;571:::,„.1 �s 2 1 -D ../ �- msN+.
�wi� ' ,t� >.i _._. 5 4 C ,AD I_ m' m i"0. �,^` m,rd =.
li
-._. ��` - �� ,t4- t----( 34TH, t 1 . �.�',-....1 ,1f-*a., ,,° _o-S 1 Sly �` \i m = e> i D
3t' p n d1' .... ...ti r.
,_ Q 1 �£..,j .1 f - t* `'''''>.-1. F�Ypuwi{ p Y' 3 uaT Am 4
� f
0199811.Lm...f...n1Lr titA3 SA;n ,3 y"'� �T �: i8 - }w!.>¥ 7< m n 3 ;—!+�[ �a�^�",,,,ztih 3 € m:
i
cy
4
NOT TO SCALE
SOURCE, DeLORME STREET ATLAS USA, 1998 1 S
mumm BY SM nw�
NO.
VICINITY MAP 1
*CHECKED er B QA
a
UM SW 7TH STREET STORM DRAIN DATE PROJECT„,.
HWAGEOSCIENCES INC R E NTO N, WASHINGTON 02.04.03 2003-007-21
ii
-01°DWG
H'\lPro,Jects\2003 Protects\2003-007-21 SW 7th St Storm Droln\cnd\2003-007-21
\
1-.1.*
a 1 i c9
t)•°a;-0 %4.1-<:0:gL) :U•`" .
o .2
\ \ k'...:...0.- .;<3.0.- ;(3..60.. 0-A-c ;();(>0-0 t .-0 i qj (8.
44:.';'.' :.;'•'. ; .--:;ji ,,1-''.:-;'', .:'.:-:;:.\\\\\ n L
i C4 CO E Ca
2. . k
41111 ' it, 'itSPA,?:;.:; .':'''', .i...-.,: "-,:i".. \ \.. -. ''-'7 - --:(7-e•.:(,),'.=-0':0.4,3,y0.,a,Q,:c, z i .T.., . a
. csi
' . .- "•°' n. . . -'3' 0
• KI'Meift'',.;:::7' :-.':.-.:'.-7"•::;.',."\, " -c'',5..''''.......• :=P-1.):-.CV)•';''Z'--;53-° • , •••-•6,-..c0:,-.0:„..,,ii,-)-g ,•c ,
c -6-
. WIP : - .. \ \ \ . f.-.17114771-41711-.7.17/1-150PP '1''Oq.,
\ ''.''':.* .:0•4.40°6-;:0•°A;0°40:°%0:°°?"
;:f.,..--::7'..--;.. 4.-c;■-• :40.)Z.,".0.iac;..'0.60. 0.',60.- -;0...60.. :f2 u,2
"V.*=.'6).-f...-:'-'.'-:':".. .- \ \ '-:.-'"---•-•:..'.--'.:-.. 4:<>:-'''''A . 9.612 2;9 -2- - N 00
m 0 ''''''''A '''''"' - \ --:''..:',-1.:-''''',--,°60:-P :-0° -)s'OP P. :'''' P.-a. ' --cz"C 'ac 17s t ...<-2 0
\ \ -::..,. - .• .-.-, . .' --40!"-,,,,„:,40:40:4,.....d...
' .., . :::;,:.'';'';1.4 .41■'''' '' iaQ;-'6 i'().- t ZQ• u" " W 0 11-1
\ - ' .•1 .'.6:-Q::,5 11' S
?: i:,2
■ qtill.6''.:,
t••••^
. 1
2-2 L 0
- - -•.- , • 6.. -(761 0 g 2 a :
S t'.t..:„,r--,Ai.i,§:4;,3:,:r4,
\4. ' .
:;'..:'::••:,, •.- •:::
°Ls°b
u)i
,„; ..,•... --,,,.„ „<„,,,h-0..„\-.0,,,r„,„:,:_,,,,„:,. ..,..
:.......--..,: •-, ••- ,_; :,.--,,,.:,60,_,..,00,„,,,,c .. it z
' inlit■ 1 Elli111% '.40:.1e-:0:qaTS:0:c. ..
001 VI
it''. -VvVrC0.-',:l;:'.,.`:',fP:=.-,4;A::;‹'.::'-''%1,::6-',,.-.;A,.%,:.,,:,T:'1,qF?,4eT:.-J-;-,-..,l.i..::4-..4:V;.t.7,..:,,,,.n Y.!4;,.7;•A 1..#.0::.,
‘1
, e's.•,f'•'.'-.\.::.:..:1:':;:r:,-.'.'.:'.6•....,.:',-''.:•:;''-:.,_'':'::,.".''.';:.'.w1.';,.:.""6\:-.--..a`1:-'-.•..'.
.,..‘.:\.•-•..:' Ni'a• ..-..-i.':l.--':.'-',i.;.-;=."M.z':':'i.::'.,").:.-;1-.'..','"1'......1:!:•':.!`.5•:...":-"-'.:,'."-;..:'-..-..'•:.','-.:-::'}'::--,:.,:.;-'-,..'.:'..---'•;',:.'.':'0'::::'.:'-1,:'.::-':-,.:---6".:e:-;--':;',!.'•0:'.:,:...-.:7'.....:-5.%.;...0--0....-:.-:':46'.-.6•:'>-•%d-'.6.'•.,.0:iP..4-•-:-:.'i0-.'-,'0;,.,,<'90-:,.ia,::„--,:,,.!-e,z-O'6-''•--,7A::,K0;,-....i 0.!A6.4010.'..-.C.2...--4.5%1.,P.s-4 0p0-a 90'.,......:-...,..,-..4 Z0 6''..'t\c;'';"'.•,-'00r;.')0')0 C,ipc:.:r06•
6q•.0:0 c C,C...-.-
. cL0$6 V 8 c i
V 8 g
fLT uCl'..e:i s
1c°IZ Z.±1-
.-1-_,-..-...., z
II
CO '':....ktAnkt ''..-'-•.:-:: •.-:::'.,'. -".--: •.:,,''':.-:••,,,-1:1'..'•:.;.?..,7,,-1'1.:•,,-: -:.".'.:•••••.:;•Z•.- tn&
cr)
Sit .:-..,':•tiMA c.:::,..--:,:.,,... .-4
I--.:,PROM
..-;H /
.130_
-,..;-, -.-.-.:.::-.:-:.../.....y„..-t
..,. : : .-•
',::::-.W:::; .5.N..=,4
`..•-:•'' '-".'-''''. . 'O.
Mt
4',:....4'.;-;Z7, :V'744:4:A
.... 6
..,,......„,,,,,,,,4„ .:;:1-:1:::-,,',. .:;-:-• •-•-----6.-&---6.-c
,••••:-:
/.,,,...,:-::7' 1:1:V;,::-:,:j
';','---:''';'::'::-.;,„ g019;1•"kt
Dg
,..:.,:.:... v:„,,,,, ,,..,..:A ::;::-.'::.
:::,--, ..:;:;.:,,,,0 -.:(}-00-•-:Ly,
.. ,.
- ;, ,..-!',?0-.0;60..Q.e-cs PO.
f0::.',.. e),, N
f.'-':4;':i t..4?4:: ',,,, LLT,I. '..,1'',.".:..
k ;V...' Nt:IT4' 41 , . .. \ \ •• -'.•".' '' 9..1 '0.:.' 11L ,,Ii-, ;ha
kw
• ....
i•t.4',• - l'prar. ' .,...-_ .... \ \ s 111110.11a1M111111IMSEMEMMII,:ict.0y
Ca P c R:Wtl ,..:, \
g
,.-. :.
.: ;::-;-;--: ''.a0.0--o•60.:co.--60.-
- -,,,:1- ,,,,-,ht .•-•::',. • \ . ' - <)<:),0°'0:c>:,-----.0:c
Pi;4.7 :,4•Av::,FA \ \0.':.•. 1-'---r'•'..:''':,,i0n-0.0.'s'04.a?::!"t,
:=4,'- :•Mi . . ... ,.., ‘,. a ,-;,
.0:, ;.::
\ -e.0 <3 , ■
ist p 6,4,14„,
:-::::,:i.,',1',..,:::::,•".,_-. 0.0.60.. ,CiT,".;,9.0.L'
,6
C?kg tovw04\\, . ,::';•::9,. --:..-.:-J,,,,!,600o00 ,. g•-•E
:,.viiiu-11, \ ,
-:,.,...---.\- • o 2
g....0---d g 1.„-6,>,..I -...z°1'. ..1
-rwn
-= T.
5 . 0 ozi
115
03 r -•.' :,.1.::•. .:.-11 0,4iii,1 \\',\s\ \\I""11\111.7v11647.1.1177.7...-. . ..*.i. -1-o:.1-aczoo-f.-/
,... 1,- 0
tow
--' ,' ;- 00''''.0. ›,"
\\ ...,---.,.-.-;•.,.. „,.,;-;00,,:viOQ
Wit',:b:;'t s \\ \ \0` .-1':.:::. :.,'-;::-:- .--(-/:0•-' '-'-- le 2 w: ,O:
t,e:',;k4:4W41
4' \
' -.::::•:,:.-:: :2.: W.• n.:4 \ ;,,<*::,,,,,•:•.•:-:. .:..P:).., ;(3.-b0.-c. 0--°°.. ..:9 -i -,1 ,t_,' >,,
.:...,:.'••:::,.1,00-74;:Al,
.0241 \
• ."-,-, ,-: -4-XT.1VAI '\ :,:!,•,•=7.•; 8--:o.00.. .,;0:4•■ ;P:0acJI;9.-4-(. 0:P(,,.-
•!•-.2.'::',•''', =%-'0,Kg01"• \\\.,, ': :
47
.'. ' ->i,4`;ZI;Z2,,Wil':-.\ .. ,.1,76:,,..._. -:::.: .. .--0, •O.,.5.,,,,,O.,.,....; 0.
.< '.3 =.-.•-• o
It■ V '..."t.' P.44*-17Z1.‘• ••••.V.-...; - -' ,-470-a-r3 -0:wa-:0:,Ki..6.60): ,o,,c5.0:q!aK-,
CM wr.. '..•;,'''• -DA•41.,T.4- ,. ': \44417-.,;:':!-..-T:4 -`43-.6----• .-,a--' • -,,;(74 . -i,,O ,.6(s,'0.p..o`i.0
r.:''--::4•)-.'.VI-M,7,-.i.2A -i`glif- -.-2. •-'''':::-*:'-'?-7C>^2-`?-*- '9'' iiii()iiii .":-.. 6-<5- ... 0
›,,-... - ct;J. 0,
- . :.''''''‘-'"-::...LI'''W;174'451.!:-:''.1';'7.--::6-C; o` 77.160 , •0,1■7swi ‘OPp,:r.c t.,: ,, , ;
Co `"•:., :.-::-:,••••,t4-,..,w-,-,4,P0,,L4,`::-.:.-.•:::-•- •,,:::',•••,s:0:,,n,d):4-cac5:0:,aci:Lux,3.:,,,,:c._.,..,,
/„.,....:..::.:..„,,,,,,„„,,„..,......_.....,.::_..i.::.:,?.„-.00..Qi•-67-50.. 0.0. --o.- 2-c,-;o.-0.-Q.'.;o:t4c`
A ..:•- , ,-,-,, ,.,,,,,-,',,,,k,,A10.74.-.:„, ,,,, :,::- .:y.,:.),-.0.,..,•,6:0:.c,,,-.0:6:.<>„'°0:0:.<,, 04:,.: (0:Q-
*V.'...-r--:•,/-'- k---it'47,NAVAI:--',:', .‘•-1.,.., '7'2','.: 'c'..'003Y9ePAJ<,'°60.kJOOqUop.;;... .,s.c 2 d .? _o E„..,
IMO
laf-.4. -.:...., :••,---:::-"•.:..•-,..:1..
X.1-1,.1::•,:,.-:',.. ':4.=WAFIreU:i-:' .- - ". •.:i l'9A?‘")6 .(1 0.. .:■"9-1-'1 0';9)6 ij' i
,,,i';. ': ,:::,':;: i0.; '•'': '• .-. :-',...''.f.:' .3- `-:'4,-,'-60.T,•i, 6 (4 .-'!Vj-OU:1.,!ii-i6
'•" . :.-.::-'" 'z,A14:4-A;ZNie-. '. •Y:: ',f•''..-- -, ' 5- '7-1--"- >:-.) 7"\ -0!".. ,
': ;-4V-44i>,,,ttv41.:;:,: :- ;'. ;:-,;..,. ':.' I' „,Af3--o:uC.,-`'- --i.../' -,.,- -t• z
W 1
gm - • , ,*,,,,;--4 -4 :•-..;,-: :... ::,-:, --:, :-•',-.:••.0 cy.c>y50..,. ..,-,-.60..o.Lo. 0..(---..0.4A.2)--0
• •;- ,, ..-!.,,r,441---cw..,4„;,t,. :::.• ,,cc,: ,,,-,E, •:-.-: ,, ,• --;.• -;:,•:,),:A-6 0.-gt-r,--.:-.,:'-,,.:---c.)*°'0/-,-,>":'i o
P
''4);Otil ; a;' ' ':..-:'.::.7: ''.'Cs!'-:",.. '-".-(---Y. ..6 )--,'"?.6(),,,:-.)-/c)..: ---Oa. . 0 0
. . . ._ I,...,,,, -63-:.:: . -. ., ,..• ,,::,.: .?. :.'.:-Agglii.rArli!"_,Min .15..6:0:A:0..<:( ta
, or
0 32 0 ,.
Co e'• '' '1- '-,.,'":,:'',,„-••,'"t?''.:-..," •-'''•-:.-',':f- ' •.:'-' ,-' . ,••:.''t ''6-09..(::;;• '-'; o 02!a
. 1 :,-'•••t' ---t•-A•:-..'..,:_d:::,„ _.:. :,.7.,' , -- -.-,-.'. .::::-,-.: \dh oi.o•.•,-1,,,,,,,,,21;,,--,.e,..--,. ..;%:IQ., 0 g ,,..„. ,1.,.. L., _..1 , r.
'v'.. '' "' -.=".•?,.7".... ' - ,• '.::..:-.-:.
Z --■ Lf-J 0>, '2 2 -,-
.••
ill W M 0 0 0 °g
(9 l■- -"rt?/ ''51 64 T ,,,.4-1 M
I I
I i
1 I
I I I / I I I I I I
UN 2 LA c.
c. ,c, c,
., .0 ,c,
1 0
L (11) NOLLVA313 l'HEI I
(•••
. 1
lig
a
t L MATCH TO SEA 12+50 of ' MATCH TO S(A 25+00
p! (SEE BELOW) C C (SEE BELOW) E 1,
O p l ' 'O r N ary,
.
Ir II I I ,%
el
It s 1ri!I.pl
N1 O
z p 3ai E ?i ■ _ h O
CL II 1- ■ ,•-k a -.7AV 11014111,11 . • /)d
f m I 11.......1 a x n, ,! n '
al
ri L o �
I
E n c'
ED-
I
O •-1
C
r— r ° o ae z
fit' . IJ11IJ E •. � aaagi
MEP
♦ ( (n is
' II N I It 0
� . L::
B 6
z
0
a po , N • I i
III es,♦
p, o°ff 1
lair,.
•
lig ' i 1 1. , b.
II I
E`• : I:
! o t o c o iI1 ►. ! w 3 ei•
1. I Ili
k i Z•,
i� 11 ,i ..
i - o z i ' t Ica 10 o W°{ 1 i
{ O O
pfry x a IC" 1 a I
ii _______- -1, I
of . iii01—i us_ i ,c, z 0 iti
— 1 1 'S '3AV 3iatlVH m ,. z z
I _ 0
11110 I M'S '3AV min Q ° ;i ,t ' ry
!� • 1 0 w
O� } II
7. ciallirlig° r° 3 1' 0 1 w r,. t ..i 0 . 4. O - I ? f ;' (3AOBV 3.) . r ,
!!!!!!fffiii"' 7! ! 05+Zi V15 Ol FOltlW t °o • ��335) !
a a 00+SZ VAS Ol Vi31VM
iii
ow l
I B I X
tr# SURCHAGE LOAD = q I I • ( 15H
I
X/2
„n, BRACED SHEETING
_ I
+.w
Il
_ All H
1.5B
w � 111 _
•
a BOTT01� OF EXCAVATION
ow - 20H
ow
I
/ _ _
0.41 (1—(X/B))q D
Iwo
ow SURCHARGE PRESSURE I y
I 63H I I 20H + 20D -II 280D
too HYDRO STATIC PRESSURE ACTIVE PRESSURE PASSIVE PRESSURE
tie Influence Factor (i)
for Surcharge Loads Ka = 0.390 (Active earth pressure coefficient — for level backslope)
For. Kp = 2.56 (Passive earth pressure coefficient)
too x-H i=0
H>x>H/2 i=0.5 0 = 26' (Angle of internal friction)
H/2>x>H/4 i=0.75
H/4 >x i=1.0 if = 110 pcf (Total unit weight)
w
if' = 48 pcf (Buoyant unit weight)
NOTES:
"r' 1. Embedment (0) should be determined by summation of moments below
the lowest brace.
2. Recommended earth pressure values are in units of pounds per square foot (psf).
ow
Dimensions ore in units of feet.
3. A factor of safety has not been applied to the recommended earth
pressure values.
+r 4. For this site, we recommend that the design
ground Water level be assumed at the ground surface.
LATERAL PRESSURES FOR mom my SM nom NO.
oni
ear TEMPORARY BRACED SHORING ,q„
arc=w BKH
SW 7TH STREET
ous macro.
ow AGi MENCESlisTC STORM DRAIN 02.04.03 2003-007
RENTON, WASHINGTON
H11Projedsl2003 Projects\2003-007-21 SW 7th St Storm Orawkad12003-007-04.DWG
OW
•
4
APPENDIX A
I
•
FIELD INVESTIGATION
•
• a
a
a
a
•
a
a
a
wr
a
APPENDIX A
FIELD INVESTIGATION
The field investigation was performed on January 29 through 31, 2002, and consisted of
drilling and sampling seven boreholes, designated BH-1 through BH-7, to depths of
approximately 29 to 36 feet. The boreholes were located along SW 7th Street,between
ism Lind Avenue and the dead end to the east, in Renton, Washington. The approximate
locations are shown on the Site and Exploration Plan(Figure 2). A legend of the terms
IMP
and symbols used on the boring logs is presented in Figure A-1. Summary boring logs
are presented in Figures A-2 through A-8.
two
The borings were performed by Holocene Drilling of Fife, Washington, under
subcontract to HWA GeoSciences Inc., using a truck-mounted Mobile B-85 drill rig. At
selected intervals within the drilled boring, Standard Penetration Test (SPT) sampling
rsr was performed using a 2-inch outside diameter split-spoon sampler driven with a
140-pound automatic hammer. During the test, samples were obtained by driving the
sampler 18 inches into the soil with the hammer free-falling 30 inches. The number of
ww■ blows required for each six inches of penetration were recorded. If a total of 50 blows
were recorded within a single 6-inch interval, the test was terminated, and the blow count
was recorded as 50 blows for the number of inches of penetration. This resistance, or
ism
N-value,provides an indication of the relative density of the granular soils and the
relative consistency of the cohesive soils.
Mir
A 2-inch diameter, PVC piezometer was installed in each borehole to measure ground
water levels. The well details for each borehole are presented in the borehole logs in
e Appendix A. Ground water level readings were taken on February 5, 2002 and are shown
on the boring logs in Appendix A.
ow Soil samples obtained from the borings were classified in the field and representative
portions were placed in plastic bags. These soil samples were then taken to our
Lynnwood,Washington, laboratory for further examination and testing. Pertinent
"" information including soil sample depths, stratigraphy, soil engineering characteristics,
and ground water occurrence was recorded. The stratigraphic contacts shown on the
individual logs represent the approximate boundaries between soil types; actual
transitions may be more gradual. The soil and ground water conditions depicted are only
for the specific dates and locations reported and, therefore, are not necessarily
representative of other locations and times.
2003-007-21 SW 7th Street Report final A-1 HWA GEOSCIENCES INC.
RELATIVE DENSITY OR CONSISTENCY VERSUS SPT N-VALUE TEST SYMBOLS
IR
COHESIONLESS SOILS COHESIVE SOILS %F Percent Fines
A roximate Approximate AL Atterberg Limits: PL=Plastic Limit
Density N(blows/ft) pp Consistency N(blows/ft) Undrained Shear LL=Liquid Limit
Relative Density(%) Strength(psf) CBR California Bearing Ratio
II
Very Loose 0 to 4 0 - 15 Very Soft 0 to 2 <250 CN ' Consolidation
Loose 4 to 10 15 - 35 Soft 2 to 4 250 - 500 DD Dry Density(pcf)
Medium Dense 10 to 30 35 - 65 Medium Stiff 4 to 8 500 - 1000 DS Direct Shear
Dense 30 to 50 65 - 85 Stiff 8 to 15 1000 - 2000 GS Grain Size Distribution
Very Dense over 50 85 - 100 Very Stiff 15 to 30 2000 - 4000 K Permeability MR
Hard over 30 >4000 MD Moisture/Density Relationship(Proctor)
USCS SOIL CLASSIFICATION SYSTEM MR Resilient Modulus
PID Photoionization Device Reading
MAJOR DIVISIONS GROUP DESCRIPTIONS PP Pocket Penetrometer Ili
Approx.Compressive Strength(tsf)
mei
Gravel and .,' GW Well-graded GRAVEL SG Specific Gravity
Coarse Clean Gravel
Gravelly Soils v TC Triaxial Compression
Grained (little or no fines) TV Torvane
Soils o b" GP Poorly-graded GRAVEL
ea
Approx.Shear Strength(tsf)
More than
Gravel with GM Silty GRAVEL UC Unconfined Compression
50%of Coarse a,f
Fraction Retained Fines(appreciable
amount of fines) V/ GC Clayey GRAVEL
on No.4 Sieve
SAMPLE TYPE SYMBOLS
Sand and Clean Sand
SW Well-graded SAND ® 2.0"OD Split Spoon(SPT)
Sandy Soils (140 lb.hammer with 30 in.drop)
More than y (little or no fines)
SP Poorly-graded SAND Shelby Tube '
50%Retained
di
50%or More _ -
on No. Sand with SM Silty SAND
of Coarse • 3-1/4"OD Split Spoon with Brass Rings
200 Sieve Fines(appreciable
Fraction Passing
Size No.4 Sieve amount of fines) SC Clayey SAND O Small Bag Sample
Ori
ML SILT :l Large Bag(Bulk)Sample tilli
Fine Silt
Grained Liquid Limit
rained and
CL Lean CLAY
Soils Clay
Less than 50% Core Run
OL Organic SILT/Organic CLAY / Non-standard Penetration Test Via
L" (3.0"OD split spoon)
MH Elastic SILT
50%or More Silt
and Liquid Limit
Passing an 50%or More 4 CH Fat CLAY GROUNDWATER SYMBOLS `�
No.200 Sieve
Clay `l'
W1� Q Groundwater Level(measured at
Size OH Organic SILT/Organic CLAY
time of drilling)
1 Groundwater Level(measured in well or ""%
Highly Organic Soils PT PEAT
r, 0 r open hole after water level stabilized)
tia
COMPONENT DEFINITIONS COMPONENT PROPORTIONS
COMPONENT SIZE RANGE PROPORTION RANGE DESCRIPTIVE TERMS
Boulders Larger than 12 in
<5% Clean ffs:
Cobbles 3 in to 12 in
Gravel 3 in to No 4(4.5mm) -
Coarse gravel 3 in to 3/4 in 5-12% Slightly(Clayey,Silty,Sandy)
IP
Fine gravel 3/4 in to No 4(4.5mm) - -
12-30% Clayey,Silty,Sandy,Gravelly
Sand No.4(4.5 mm)to No.200(0.074 mm) -
Coarse sand No.4(4.5 mm)to No.10(2.0 mm) ,
Medium sand No.10(2.0 mm)to No.40(0.42 mm) 30-50% Very(Clayey,Silty,Sandy,Gravelly)
Fine sand No.40(0.42 mm)to No.200(0.074 mm)
Silt and Clay Smaller than No.200(0.074mm) Components are arranged in order of increasing quantities.
NOTES: Soil classifications presented on exploration logs are based on visual and laboratory observation. ta
Soil descriptions are presented in the following general order. MOISTURE CONTENT
Density/consistency,color,modifier(if any)GROUP NAME,additions to group name(if any),moisture DRY Absence of moisture,dusty, w'
content. Proportion,gradation,and angularity of constituents,additional comments. dry to the touch.
(GEOLOGIC INTERPRETATION) MOIST Damp but no visible water. 1.
WET Visible free water,usually
Please refer to the discussion in the report text as well as the exploration logs for a more soil is below water table.
complete description of subsurface conditions.
as
LEGEND OF TERMS AND
rirm SW 7th Street Storm Drain SYMBOLS USED ON
HWAGEOSCIENCES INC. EXPLORATION LOGS sii
PROJECT NO.: 2003007 FIGURE A-i
LEGEND 2003007.GPJ 2/13/03
illii
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/29/2003
NW SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/29/2003
SURFACE ELEVATION: 24 t feet LOGGED BY: B.Hawkins
WO w
w Z Standard Penetration Test
J w m q w co
}a} L c~i� w (140 lb.weight,30"drop)
J O W Z w F- w Q A Blows per foot
NW = 0
F-— m co a a =y w O w 1-
W e >- cn o w a-
w^
0. U) D DESCRIPTION - ai ai o_a O a ai 0 10 20 30 40 50 0
0—� ` ` _0
t� - 0 v` GP \ASPHALT CONCRETE PAVEMENT(ACP) /' � 4
o Q` Medium dense,brown,sandy,fine to coarse GRAVEL, - ,j -
\moist. r
SM (FILL] / • •
_ A S-1 3-3-3
Loose,dark gray and brown,very silty,fine SAND,moist.
IWO [ALLUVIUM]
5— • • —5
R S-2 1-7-8
0
—
k, GP Loose,brown,sandy,fine to coarse GRAVEL,wet.
°Q`
✓W - )0 C X S-3 3-3-7 •A -
0
o ( -
10 - ° , SP Loose to medium dense,brown grading to gray,slightly silty, - S-4 0-2-4 A • —10
WO SM fine to coarse gravelly,fine to coarse SAND,wet. Wood A -
- noted. -
•
_ M S-5 4-6-12 •
AW 15— S 6 4-7-8
• A =15
A S-7 9-10-11 GS • A -
i
toe
20— R A • —20
_ "`'`�OH Soft,dark brown,organic SILT,moist to wet. Abundant S-8 0-1-2 C
_ o GM '-organics and wood. ■
U' o r= o
Medium dense,brown,silty,sandy GRAVEL,wet. -
1
0 t GP Medium dense,brown,sandy,fine to coarse GRAVEL,wet. AN
ow
No
°Cy Oxidation stains noted at 25 feet. ws -
)o C
1t• _ 00( X S-9 5-11-11 =
25— • —25
0( rC m
- )o C w
- 00( - _
O - o Cy -
30— )0 0 !',oral • ♦ —30
_ DO( X S-10 5-11-11 122Lez
' h'' i -
11 Total depth=31.5 feet.
35— —35
- 40.
—40
0 20 40 60 80 100
Water Content(%)
NW Plastic Limit 1—•—] Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
"' BORING:
UZISW 7th Street Storm Drain BH- 1
T HWAGEOSCIENCES INC. PAGE: 1 of 1
PROJECT NO.: 2003007 FIGURE: A-2
PZO 2003007.GPJ 2113/03
WI
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/29/2003
ii
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/29/2003
SURFACE ELEVATION: 25± feet LOGGED BY: B.Hawkins
illa
co tr Li
co w w 0 m Standard Penetration Test
ill
o a N w U (140 lb.weight,30"drop)
O W w..5g. F w Q A Blows per foot
-J m rn a a N w O w x
a iu M o M M Z A x N x w
o!--- N Cl) DESCRIPTION co N a s H a co 0 10 20 30 40 50
0 � —0
ili
.v 1 GP ACP r
-
0(3* Loose,brown,sandy,fine to coarse GRAVEL,moist. ( '
- o , [FILL) y -
n S-1 3 4-3 -
SM Loose to very loose,brown and gray,silty SAND,moist to
wet. Oxidation stains at 5 feet. -
5— [ALLUVIUM] •A • ,_5
- S-2 1-2-3 -
-
n
A •
ZS-3 1/12"-2 GS _
10= N S-4 5-7-7 —10
1 GM Loose,gray,slightly silty,sandy,fine to coarse GRAVEL,
gi
wet.
N S-5 1-1-2 • • -
SM Very loose,brown,slightly silty,fine to medium SAND,wet
-
-
15— � S6 8-9-5
•A` —15
- C GP Medium dense,brown,sandy,fine to coarse GRAVEL,wet.
-
0(3' Note:Blow counts inflated due to driving on gravels. • A - lel
0 1 N S-7 11-17-18
- .0 1
20- 1 � -,7
o X S-8 2-7-7 A' —20
- .01 _
iIi
�
- o
p 1
- li
25— 0 o—I
S-9 12-15-30 • A" —25
- .0 -
.- 0i
,-�
30— II — �it • ♦ —30
o b XS-10 4-12-13 ��i7� �
-
_ 0
_ Total depth=31.5 feet -
35— —35 iii
-
40— —40
0 20 40 60 80 100
Water Content(%)
Plastic Limit I--0-1 S I Liquid Limit Ili
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
di
BORING:
OMSW 7th Street Storm Drain BH- 2
No
HWAGEOSCIENCES INC. PAGE: 1 of 1
PROJECT NO.: 2003007 FIGURE: A-3 _7
PZO 2003007.GPJ 2/13/03
MB
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/29/2003
lie SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/29/2003
SURFACE ELEVATION: 26 ± feet LOGGED BY: B.Hawkins
iiim
W ca ix c..)
ca til Standard Penetration Test
< Z—
_, ec W C12 to Cl)
C.) 0_ M F- 0 I— IX (140 lb.weight,30"drop)
1— Z — i_w wl-P •Blows per foot
—J 5 (n c
friri x 0
1—......, Cl] Cf) b_ ti! x 3 w g.LT, =
F-.....
0 M M Z g =
W 0 } CO < < W— 0
CD ,
t.-- U) D DESCRIPTION 1/) co Cl a.-...°- 0 E w
0 10 20 30 40 50
0—
17111--G , \ACP r ‘c • 4 —0
II.
- o Rc Medium dense,brown,sandy,fine to coarse GRAVEL, &4 -
_ -1'.--)
ML \moist.
[FILL] 1 VI S-1 2-2-2 GS A •
Soft,red brown to gray,sandy to very sandy,SILT,moist to
-
lir wet. Oxidation stains noted,organics noted.
5— [ALLUVIUM] —5
- -
foe - X S-2 2-2-3 GS T._ A •
- -
ML Soft,dark gray,clayey SILT,wet. Organics and wood
10—
noted. —10
-
INN
-
ES-3A 0/12"-2 GS A • _
E1S-3B AL I-10 -
- _
OW 15—
—15
- .
- ,.....k.,_,
...A...iv OH Soft,dark brown and gray,slightly sandy,organic SILT,wet. A
llot •
X S-4 1/12-5 -
N—A.......l Abundant organics and wood noted.
,..,., •—..._A-1
zu— ,........—/ —20
Llk_Jk_,
_ k÷','", ', s •
ML Soft,dark brown and dark gray,SILT,moist. Fine sand
Ur lenses noted. -
X S-5 2-1-2 AL • 1---I•
-
25— - - —25
NY • SM Loose,dark gray,silty SAND,wet. Abundant organics and
- -
wood. -
- X S-6 4-4-4 ,„., lo .
1%. A •
4304111
or
30— Total depth=29 feet. —30
11111
35— —35
Ow _
RI
40—
—40
0 20 40 60 80 100
Water Content(%)
Plastic Limit 1---111--I Liquid Limit
IOW
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
sr
BORING:
OIM SW 7th Street Storm Drain BH- 3
PAGE: 1 of 1
lool HWAGEOSCIENCES INC
PROJECT NO.: 2003007 FIGURE: A-4
PZO 2003007.GPJ 2113/03
*Of
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 p
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/31/2003
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/31/2003
SURFACE ELEVATION: 25±feet LOGGED BY: B.Hawkins
a
Cl) w w Standard Penetration Test
m
U a O �r co w U (140 lb.weight,30"drop)
J
J 5 w w 2 co 1- w¢ A Blows per foot
t=- 0 CI) a s o N uJ O w
F=-
w d > Cl) w o S W 2 w a�
O= U) D DESCRIPTION co a a e O a co 0 10 20 30 40 50 0 v ail
0— 0
- o GP .ACP /--
GM Medium dense,brown,sandy GRAVEL,moist.
- )^ [FILL]
- SM Loose,brown,silty,fine SAND,moist. Trace organics N S-1 3-2-3 A •
_ noted. la
[ALLUVIUM]
_
5 - ML Soft,dark brown to dark gray,fine sandy,SILT,moist to wet. X S-2 2-1-1 GS A 5
Trace organics noted. Sandy lenses noted.
i
-
fiti
- X S-3 0/12"-2 GS •
10 /\.` OH Very soft,dark brown and gray,organic SILT,wet. S-4 0/12"-1 GS 10
III
`-,^-„^' Abundant organics noted. 3"wood/organic lens noted. _
..mow
- .Av
to ♦ •
- SM Loose,dark brown and gray,very silty,fine SAND,wet. X S-5 1-2-4 1
Abundant organics and wood noted. Lenses of organic silt
noted.
15 - ;M OH Soft,dark brown and gray,slightly sandy,organic SILT,wet. X S-6 0-2-2 '� 15
Sand lenses noted. Abundant organics and wood noted. Q
- Iiii
- X S-7 1-1-2 A •
— ."
...A—kJ
■Mi
20— ,nn A r 20
ML Very soft,dark gray,clayey SILT,moist. Abundant organics X S-8 0/12"-2 .
noted. le
25 - ML Medium stiff,dark brown and gray,clayey SILT,moist. X S-9 0-2-4 25 ai
Abundant organics noted. X
um k
_ u
SM Loose,gray,silty SAND,wet. Organics noted. �
30— X S-10 4-5-12 m A.. .• 30
3- '-' GP Medium dense,gray,sandy,fine to coarse GRAVEL,wet. m..
la
- 0 C
am
)
- o C ow
- 3a(
35— �o C X S-11 7-12-20 i
41.40, • A 35 It
Q 1"t.
Total depth=36.5 feet
40— 40
0 20 40 60 80 100
kkr
Water Content(%)
Plastic Limit I--•-1 Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
�
, BORING:
SW 7th Street Storm Drain BH- 4
HWAGEOSCIENCES INC. PAGE: 1 of 1
PROJECT NO.: 2003007 FIGURE: A-5 '
PZO 2003007.GPJ 2/13/03
lii
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/30/2003
III. SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/30/2003
SURFACE ELEVATION: 25± feet LOGGED BY: B.Hawkins
11.1 co ir IA
w m z y Standard Penetration Test
o } D u)r ai w_U (140 lb.weight,30"drop)
O I-- Z m H i j< •Blows per foot
MO = 0
a d y w O w =f- m Co i .
o CO CO DESCRIPTION ai Co a s O a co 0 10 20 30 40 50 o w
0— —0
ACP
imp
- Dill Medium dense,brown,sandy,GRAVEL and COBBLES, `• -
moist.
(FILL1 f m S-1 1-1-3 ♦ • _
Loose to very loose,dark gray,very sandy SILT,wet _ -
Ow Abundant organics and wood. -
5— [ALLUVIUM] • —5
- m OH El S-2 0/18" GS
NI, Very soft,dark brown and gray,organic SILT,wet. -
_ Abundant organics and wood. -
•
111111 - Very soft,blue gray,slightly fine sandy,plastic SILT,wet I S-3 0/18" GS - -
Sandy lenses and organics noted. -
-
10— • —10
Very soft,dark olive brown,clayey SILT,moist. Abundant
X S-4 0/18° GS
-
111f organics and wood noted. -
- Loose,gray,fine to medium SAND,wet. Silt lenses with -
- organics noted. S-5 0-2-2 • -
ON 15— N S-6 0-2-4 • - 15
-- �HH y OH Very soft,dark brown and gray,organic SILT,wet. A S-7 0/12"-2 • • -
NW _ testuro Abundant organics and wood noted. -
�/W • —20
20= 51111111•111111 �7 S-8 3-4-4
.Soft,gray,SILT,wet. /� = -
SM Loose,gray,silty to clean,SAND,wet. Interbedded with r
No -
dark brown,organic silt lenses. No
mi
- - -
m
25— A • —25
Nit _ X S-9 3-2-2 im
o
E
■
mi
ow
1111+ -
i
30— ' �1i .$ A --• —30
A,10 2-4-5 1rillit.j
11111111 Total depth=31.5 feet.
35— —35
SI
—40
0 20 40 60 80 100
Water Content(%)
Plastic Limit 1--•-1 Liquid Limit
tort
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
or BORING:
OR , SW 7th Street Storm Drain BH- 5
IN HWAGEOSCIENCES INC. PAGE: 1 of 1
PROJECT NO.: 2003007 FIGURE: A-6
PZO 2003007.GPJ 2/13/03
Mill
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2 1
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/30/2003
IP
SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/30/2003
SURFACE ELEVATION: 26 ±feet LOGGED BY: B.Hawkins
a
tr
co
W Z Standard Penetration Test
J } D r CO W v (140 lb.weight,30"drop)
-J O W W w W¢ •Blows per foot
I- 0 CO d a y w O w I--
° W in )
0 CO D DESCRIPTION CO CO o-a 0 n.CO 0 10 20 30 40 50 0
0— 'a
.v GP ACP —0
■ ■ -
o Q• Loose to medium dense,brown,sandy GRAVEL and
- to , COBBLES,moist. Bricks from 2.5 to 3.5 feet
_ •O I [FILL] X S-1 34-24-8 • A -
SM Loose,dark gray,slightly silty to silty,fine SAND,wet. 1
5 [ALLUVIUM] X S-2 2-3-2 A • —5
_ Q
S-3 0/18" GS UP
»•_
OH Very soft,dark gray and black,organic SILT,wet. Peat and
- clayey silt lenses noted. Abundant organics and wood -
10— IAA, noted. I —1 .• —10
_ Organic Content(S-3)=14.7°/. S 4 0/18" AL _
li
Vine
thole
- Ilinrhol
uhh/ •- S 5 0/t2"1 • -
- Vine WN -
15— inane S-6 0-2-3 i • —15
- ®�� SP Loose,gray,slightly silty,fine to medium SAND,wet. _
SM
- MI OH Very soft,dark brown,organic SILT,wet. S 7 0118" A • a
- litene
20— .A • —20 .„
ML Loose,gray,very silty,fine SAND to sandy SILT,wet. g S-8 2-2-3
SM -
-
25— 'A , m
• GP Medium dense,gray,sandy,fine to coarse GRAVEL,wet. X S-9 5-12-12 • —25 ai
- �- Dark brown,organic silt lenses noted. -
- o t•
_ .01 F
-
_ �� •
o •
30— •O I 14 •A —30
V S-10 3-9-8 �.
a
Total depth=31.5 feet.
-
35— —35
-
- a
40— —40
0 20 40 60 80 100
Water Content(%)
iii
Plastic Limit F—f —1 Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
a
OIMI BORING:
SW 7th Street Storm Drain BH- 6 1/4,
HWAGEOSCIENCES INC. PAGE: 1 of 1 MI
PROJECT NO.: 2003007 FIGURE: A-7
PZO 2003007.GPJ 2/13/03 -
a
DRILLING COMPANY: Holocene Drilling LOCATION: See Figure 2
DRILLING METHOD: Hollow Stem Auger DATE STARTED: 1/31/2003
ti111 SAMPLING METHOD: SPT w/autohammer DATE COMPLETED: 1/31/2003
SURFACE ELEVATION: 28 t feet LOGGED BY: B.Hawkins
t•
cn eC ur
cn
U
W m a y Standard Penetration Test
.J } D co r cn w v (140 lb.weight,30"drop)
-' O w w w e ~Ill H w Q •Blows per foot
ilew I,. 0 rn a -.1 Cr f W O w 2
a.m 0
Z 3 = N= F-�
w >- Cl) Q Q W 2 t- W U Q.a)
0= D DESCRIPTION - in cn a a 0 a rn 0 10 20 30 40 50 0
Or 0 • GP ASPHALT CONCRETE PAVEMENT(ACP) I ■ —0
�' Medium dense,brown,sandy,fine to coarse GRAVEL, -
-
o 6 moist.
- .0 t [FILL] X S-1 6-6-6 • • _
writ 0. 7.F•
SW Very loose,dark brown to gray,slightly silty,fine to coarse - -
V
5— . SM gravelly,fine to coarse SAND,wet. Silt lenses and organics X S-2 1-1-1 _ • —5
:` noted. A _
[ALLUVIUM]
11110 - R S-3 •0/12"-1 GS • -
10— ' • —10
SP Very loose,dark gray to black,slightly gravelly,slightly silty, X S-4 0/12"-1 GS
We SM medium to coarse SAND,wet. -
ML Very soft,dark brown and gray,SILT,wet. Interbedded A •
sand lenses. Organics noted. \/ S-5 0/12"-2 GS -
MM 15— �� /� A • —15
t OH Very soft,dark brown and gray,organic SILT,wet M S-6 1-1-1
- NOV Abundant organics and wood noted.
- SM Loose to medium dense,dark gray,silty,fine to medium A•
OW SAND,wet. Interbedded with dark brown,organic silt S-7 2 4-5
- lenses and coarse sand lenses. � _
20— E • A
/\ S-8 2-8-9 C —20
w
m
mu
25— ow •A —25
WI S-9 2-7-8 A.
ow
Am
w
s -
-, -
30= �S-10 2-4-4 ;44•-1*rL~� • • —30
Medium stiff,dark brown and gray,fine sandy SILT,moist r
WI
Organic lenses noted. f -
_ Total depth=31.5 feet
35— —35
Um
40— —40
0 20 40 60 80 100
Water Content(%)
tiles Plastic Limit 1--111--1 Liquid Limit
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations.
UN
nisi
BORING:
Li i SW 7th Street Storm Drain BH- 7
111 HWAGEOSCIENCES INC PAGE: 1 of 1
PROJECT NO.: 2003007 FIGURE: A-8
PZO 2003007.GPJ 2/13/03
MIN
•
Wit
oil
APPENDIX B
II
LABORATORY INVESTIGATION git
vit
it
•
a
a
wr
APPENDIX B
LABORATORY TESTING
+• HWA personnel performed laboratory tests in general accordance with appropriate
ASTM test methods. We tested selected soil samples to determine moisture content,
grain size distribution and Atterberg Limits. The test procedures and results are briefly
tov discussed below.
Moisture Content
rrr
Laboratory tests were conducted to determine the moisture content of selected soil
r..
samples, in general accordance with ASTM D 2216. Test results are indicated at the
sampled intervals on the boring logs in Appendix A.
Atterberg Limits
.�r The Liquid Limit(LL), Plastic Limit(PL), and Plasticity Index (PI) were determined for
the portions of selected samples passing the No. 40 sieve, in general accordance with
,,,,, ASTM D 4318. The test results are plotted on Figure A-2 and Figure B-1.
Grain Size Analysis
The grain size distributions of selected soil samples were determined in general
accordance with ASTM D 422. Grain size distribution curves for the tested samples are
presented in Figures B-2 through B-6.
Organic Content
The organic content of a selected sample was determined in general accordance with
ASTM D 2974. The test results are presented in the boring log text, Figure A-7.
to
■r.
2003-007-21 SW 7th Street Report final B-1 HWA GEOSCIENCES INC.
Olt
4V.
Z CO 126
0 co IV -JP
_E co
_J LL ..1- LL
cn 0 0 a .,
cu -,
c
if - 1---7- X
< 0 (f)
a- c 04 00 ._.1 Z < ,.....r`-- 41
EL — L.,
a CD
-'-r--,
›- CO -
CL N CO 'I'
0
. ,-- _J 1--• W ' '1
J C0 ,:t• 111
L-J
I-
°
0 r.- .t- _J JAI
'71- •cr CO
0 Cl- a
,..,.,4.,
0
UN
a
.1:i-
__I c
*- -- Z
0
IT!
I-
4
• co o
0 C) 2 <
o
— _
(7) w
E
(7) MI
• C.) C) o '
_J 3
.0
_c P_
(7) ,
...:,
• u)
, •
>
— — a —
U) 1ii1 i;1 Pi,
c\I
c)
Id
•ti-
.
Iii co( Co' U).
-J
_I a. Cj
2 2
< co co to Z ow
1 •—+
0 co 03 CO FZ-1 ,4
CD . CD CD 0 CD 0 CD
tO V) •1- CO C\I x— 0 I/0 Z iii
(Id) X2 • • 1 I-4 0
DC1NI A11011.SVid ).- C...) :2-
3
pr-1 MI
4.1
2
N
INN
t m
n
o (n
o _
°• m w
�- O ai of ›' (NUJ D cr
ill
N O J '4. 2
Q o Q
W o 0
U 0 c 'O'
o) o QU) �
to oi N. 0 v J F-
- o L.JQC/)
-a3 N— <
(co v °? a O
� co� r 0
o U N
O d 1— W
�r
I— o
-.1 a
W 0 0
W
CO—
-J ix
a
rr1' 0
to M N
0
O
O L1
O W
O +
i ,c; 2
Ilit
ii
„ ,
rr_i
I o C47) CI
c o 0 CI -fc o a cn �•0 o 3 o 0
o >. -
W
me 2 ~
0/CO a - to -i o W U a c n.0 i
`
0 c a N n+rr Q x
Z 0
U 0
—
� 0
< a-•- - - _ in ,_ to
1St U) ii 0) in 2
Cl) j— — —
a) • -
c 0 E0_ ------ — o _ o
LL i") — Qj O 0
as W - / = of v W
Q -
fT 1 _ o N. N N
U
,.r 0 Z
a7 •- J to to to - W coo
O -
U 0 0- U
w o
`n-0 0 0 0 o o o 0 o m m m
0 o U a
o C) o n m u) v 0) N U.)
NO IH9I3M A9 2�3NId IN30�I3d 2 • • .4 o
to l
CO
rrl
We
•
c m
o (n
o
° c in m co } N
� o 10 0 J
o Q 0
U ° ry v Q .
V CO N _J
W O (n
N (f Q
N-1
. `° LL 0 o °
o U
° H- oN
°
Er_
F— W
-J Q F
H ° a
J
0,11
U) _., c ;:
0 to
2 N CO LEI
Co M CO
0
LL7
O w
O LL
O H
J
oo_ J
iL ° , y Z Q ;'
N E
z
in _Z p CO
Q w ° Q c n
u) E fY U J N
N
N ° - 0 LT- (7)(/)
x
2 W Q -o J Y—w 0 u
(n _o c 4.
a) C
m
o p n in
O Z m m m
_C n O.- u izi •
J —
T_ F- .
`�' --- � 1 W n N iri
Ct c+) U
C0 a, Z I
N N M N ~�
Lel
U r Uto M M V �/ ii
iO- S S Z w—(
0 0 0 0 o O o 0 0 0 o m co m U F.
o rn m n co Lo v M N
JO
IHDI2M A9 2:19NId 1N9O2Ed co
2 • •
v) Lina Iwo
o
:cr.
1-
MI
CO
an
0
0
° U) ( ui
° N- CO m
>"' N iX
u >- o ° rn � __t tI
TS Q 0
U ° a) M v °� Q U) 2L_��
N M J 1�
WOCo
NUQ r`
E.° N � W0 p
CD o O
O O- M o J CD
0 o o
o n- E— W
C o
Oft F- O i-
d J Q U
J O w
c J W
J tL
l 0
CO v CD
r o u)
o LL
o W
W
I I-
*t lull p o -J
iL
wr a Z Cl
1 T
1 N
E
0
to tc5
z U)
um Z o Z O
Q Q a a)
U) E W O Et U N
a N
0-) N _ 0
ft/ t/) I-
-,- _
_I cfl W t) N-
�_ J '0
0 CD - ( c`U V)I-
i Q J ` 2
ct 0 0
U Z � > Y
sr
W c
ai
T 7 I T 7 a ° o
> v_ _ r` o �n
C^^ "' Li
-
0 i (\ M N
O r --- J to o o
w
U
t ' Z
1M CO v v in e.
I I I U
in-0 0 0 0 m° 0 0 0 N 0 0 m m m a
C6 ow 1HJI3M A9 213NIJ 1N902�3d m • a krial
>-
N
N
N
2
M
2
WM
LU
to m
0
o _
o rn W
>- N- rn ,°n J -
Q ° ° Q
o -0 Z I
U o o < U) t
NOCn
� Q ti
o
BO =O o
to
°o U �- N
o °- I— W
_ CC 2 Z
-J Q H
I - - ° a
J ° -) .,.:
a `
0
g ,n N
o M 7� r.
c
to (/)
o cK
_- - ----�_----* r _� W
o �
o J
c 2 c
ii
° Z
W EN L
0 aa-al � --- --- - z ZO c ... a
Z_ _ _
Q W ° Q F' a)
W Q i-.1
2 W us r " c
W J 3 c ~
w- o U _J 3 U
0 e- • 6 a as C
m >
Q E > (
o 0 m o m
--- - In a
N
C D �. --- --- O ^ tc)
vs V-. ...
I __- _ 0 � 0
W F
> - 'tn-- I I -r --- a to O to
Q `�—— --- L --- Wp I� p t�
` iV ch 4 th ��
o -— — J In fn In - to
U o a U
`� z
CO • .
i7- i i I ►w� °
°O 0 ° ° 0. o °v M N 0 O m m m U
r '^ f 4,g
IHJ13M AEI 2�3NIJ 1N3O213d • ■ , 0
u
i
4
CO
ill
ire
to
o
0
o cn Cl) w
c o o N >-- N Er
a: 6 LCi J N
a 0
e Q LL
J a
U o c
to o Q � �
(n N N N ,J F,
WM -e to 0) N W (n
0Q
N u
o c,9, (v o W
I
_J o
rrr o ch
to o U H N
a I— W
it J o
E) a Q
_J o �- w
J
-., a.
too O
in o CO
c N M
• e
O II
O O W
* ♦ I Wc >
r/ ,--O I
air o
J a
it N
75 0
0 a-i ---� .r�■ii�i . _� z . z 0 15
.r. z oz ' iii
Q.i:i a) * f 6
row cr,
U Z
r cn ccnn c
C/) t
c D
°D ——— C)
to o it c
J r = ai
NO f-
W a o C)
to- --—
> -
n ( I W r-: o
" U
ow Zu) N M V t()
V e- - o cc. U
_ M
I S S U °
M O O O 0 O o O O O O O m CO CO
O W co ti a t1 i •V' cv) N `� N
O 0
•• 1H0I3M A9 IDNI.A IN30�I3d 2 • ■ 4 w U, o
co
N
N
N
MI PC
S
•
APPENDIX C
PREVIOUS EXPLORATIONS
kill
a
/DRILLING COMPANY: Holocene Drilling LOCATION: "Ste 1 +00
DRILLING METHOD: Mobile B-75, Hollow Stem Auger DATE COMPLETED: 5/17/99
SURFACE ELEVATION: 27 t Feet LOGGED BY: Erik Andersen
um
in
co w
f11 J W U
LOU- m Z m
ro J ? U Penetration Resistance
O i-. Z N c w F (300 lb. weight,30"drop) c
um H m -J •J LI) a CC 2 Blows per foot
in LU a F- o o w O w =
H
w X N a
0 0) Q DESCRIPTION (n in a— O a rn w
0— 0 10 20 30 40 50
_ le
4 3/4"Asphalt 0
mi Medium dense to dense,brown to gray,SAND r
and GRAVEL. Old Brick at 1 foot.
- (FILL) 1 j S-1 1-2-2 •
- Very loose,gray,very silty fine SAND,moist. L
mil 5— Ocassional organics.
(RECENT ALLUVIUM) S-2 1/12"-1 • 5
Very loose,gray,very silty to silty,fine SAND, i
moist to wet.Numerous organics and roots.
_- •(One 1/4"stick). >>
Very soft,grayish brown, PEAT, wet. /S 3a 1/12"-1
- srni�,Very loose, gray, SILT, wet.Occasional J —S 3b AL-
10— ®®I1 %organics.- /
_ ""'w ;Very loose,dark gray,silty to very silty,fine J� L S 4 1-0 1 • 10
+n �,IW�i7 SAND, wet. 1
uLaminate of slightly silty,fine to medium SAND tr
un S-4. it / S 5 1/18"
- Very soft,SILT, wet.Numerous to abundant Jti — >>15- or anics. 11 _
Ai
liel tL g ��1 S 6 1-1-1
- ....-....._..• 15
Very loose,gray,slightly silty to silty,medium i, •
"SAND wet. 1� —
ti/ery soft,dark brown,SILT and PEAT, wet. Jar
1.'Abundant organics. ��i S 7 3 2-11
NW
1Very loose,gray,very silty,fine SAND, wet.
20— Occasional organics. —
Medium dense,slightly silty,fine to coarse J S 8 1-3-3 'k 20
_ SAND,wet. -
- ww �1Les of very silty fine SAND in sample S-7. / • S-9 1/12"-1 CN
- Wine Very soft,very dark brown, PEAT, wet. J —
25— Mov Abundant organics, sticks. _
tor
_ mr, S 10 25
r
•
•
- rw
~Nil —
30— III Loose,gray, silty to very silty,fine SAND,wet. . S-11 2-2-3 •
ow - r
war' pT •Occasional organics in top of sample 5-12. •S-12 1-1-1 } • 30
inno few
Very soft to soft,grayish brown to dark gray, —
- IrOW* organic SILT;and brown PEAT, wet. Numerous
y - to abundant organics. • S-13 1/12, 1 AL i---01
rwd —
35— vr'w
,� • 4 35
- - SP Medium dense,very dark gray,clean,gravelly,
r fine to medium SAND,wet.
• 14 1-4-7 GS r
to 40- • -
0 20 40 60 80 100 40
Water Content(%)
Plastic Limit I----•---I Liquid Limit
mu
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
\` and therefore may not necessarily be indicative of other times and/or locations. /
aso BORING: BH- 7
821 ESI SECTION 1 CAPACITY RESTORATION
,,,HWAGEOSCIENCESINC RENTON, WASHINGTON PAGE: 1 of 2
PROJECT NO.: 98148 FIGURE: A-8
PZONSPT 98148 8/27/99
SW
I DRILLING COMPANY: Holocene Drilling LOCATION: "Ste 1 +00
DRILLING METHOD: Mobile B-75,Hollow Stem Auger DATE COMPLETED: 5/17/99
SURFACE ELEVATION: 27 ± Feet LOGGED BY: Erik Andersen
ril
cn
CC w IN
cn
m Z :
v d 2 Q r I-- CC Penetration Resistance tu o J 0 H Z U.c w 1-- (300 lb. weight,30"drop) w ;I
= 0 w w Co w w Q Blows per foot �- l.`'
Co rro, �2
I- .4 t-- 2 2 Z o = NI F-
w
m N < DESCRIPTION N N a 0 0_ 0 10 20 30 40 50 0
40— —40 Ili
- SP Medium dense,very dark gray,clean, gravelly,
fine to medium SAND,wet.Fine gravel. -
- . (ALLUVIUM/OUTWASH) S-15 2-9-14 GS _ h=
45-
-45
H1/
A
Ng
- - 5-16 3-6-18 _
50— —50
SM Loose,gray,bedded,slightly silty fine SAND;
and very silty fine SAND, wet. -
- - (RECENT ALLUVIUM)
S-17 2-3-4 = A _
•55— _
— —55 ON
- •- SP Medium dense,gray,clean to slightly silty, .S-18 5-6-5 — A _
slightly gravelly to gravelly,fine to medium —
SAND, wet.Subrounded to rounded gravels. - — -
60— =._ (ALLUVIUM/OUTWASH) —60
S-19 1-1-2 A _
iiii
_ '-j'•I ML •Very soft,gray,SILT, wet. ,. —•
_
65— SM `Very loose,gray,very silty fine SAND, wet.. —65 t
iii
- Total Depth = 64 feet. -
- Groundwater observed at about 5 feet during -
_ drilling.
-
70— —70
75— —75
- I
1
MI
80— —80
0 20 40 60 80 100
Water Content(%) _„
Plastic Limit 1-0---1 Liquid Limit ai
Natural Water Content
NOTE: This log of subsurface conditions applies only at the specified location and on the date indicated
and therefore may not necessarily be indicative of other times and/or locations. /
BORING: BH- 7 i
` ESI SECTION 1 CAPACITY RESTORATION
H% GEOSCIENCES INC RENTON, WASHINGTON PAGE: 2 of 2
it
PROJECT NO.: 981 48 FIGURE: A-8
PZONSPT 98148 8/27/99
a
9110
rr
Excavation Dewatering Estimates
SW 7th Street Storm Drain Replacement fr
Renton, Washington
HWA Job No. 2003-007-21
rw Prepared for
Gray & Osborne, Inc.
February 18, 2004
WO
IMP
' HWA GEOSCIENCES INC.
• (ieotec/ii11Ct11 };11g111f't'i'illg
• J1Vl110 Y'o10 .
• {.ieoet1i!i'OJi1?iCltt(11
• iliSpe tio11 t" 1 'stitlg
HWA GEOS CIE NCES INC.
Geotechnical Engineering • Hydrogeology • Geoennironinental Services • Inspection & Testing
February 18, 2004
HWA Project No. 2003 007-21
Gray & Osborne, Inc.
701 Dexter Avenue North, Suite 200
Seattle, Washington 98109
Attention: Matt Winkelman
S
Subject: EXCAVATION DEWATERING ESTIMATES
- SW 7th Street Storm Drain Replacement
Renton,Washington
Dear Mr. Winkelman:
r
This report summarizes HWA GeoSciences Inc. (HWA's) construction dewatering
evaluation for the City of Renton SW 7th Street Storm Drain Replacement project, based
on HWA's field investigations and laboratory testing.
SITE LOCATION & DESCRIPTION
The City of Renton plans to replace the existing, undersized storm drain along SW 7th
Street between Lind Avenue East to the dead end, with a new 60 inch storm drain.
We understand that the project will be an open trench excavation along all of the full
length of the alignment. Planned trench excavation depth will be approximately 10 feet tit
below grade.
SCOPE mi
The objective of this evaluation was to estimate the range of dewatering volumes for
trenching operations along the alignment. HWA performed the following tasks:
1. Review available existing data including City obtained groundwater levels for the
months of September and December 2003.
2. Perform additional grain size analyses on four archived soil samples. Estimate
hydraulic conductivities from grain size analyses. n
3. Install four shallow hand-driven piezometers.
19730-64th Avenue W.
Suite 200
Lynnwood,WA 98036.5957
4
Tel 425 7740106
Fax"425 771 .
www.hwageoscences.o ,:4*
February 18, 2004
HWA Project No. 2003-007
4. Perform slug and short-term pumping tests on three selected existing wells (BH-1,
BH-2, and BH-5) and piezometers to determine approximate hydraulic conductivity
values for the formation materials immediately surrounding each well or piezometer.
5. Estimate aquifer hydraulic conductivity from well testing analysis, using applicable
analytical approaches.
"s' 6. Estimate the range of expected dewatering volumes for open trenching or sheet piling
options, for summer and winter ground water levels.
7. Provide recommended dewatering methods for inclusion in the bid document
specifications.
Refer to our geotechnical report dated March 14, 2003 for boring logs and laboratory test
•` results.
• Grain Size Testing
We estimated hydraulic conductivity(K)using grain size distribution data for selected
soil samples, and used three interpretive methods:
• An empirical method derived from blending various soil grain sizes and hydraulic
conductivity testing(Massmann, 2003).
• A graphical method in which the uniformity coefficient (D60/D10)is plotted against
the D50 to yield an estimate of K(Powers, 1992).
• Hazen formula, K(cm/sec)= D102(mm) (Powers, 1992).
These methods are limited mostly to coarse grained soils. Refer to Table 1 for estimates
of hydraulic conductivity. Appendix A contains new grain size reports not included in
previous HWA reports.
tio
SW 7th dewaterrpt 2.doc 2 HWA GEOSCIENCES INC.
•
S
February 18, 2004
HWA Project No. 2003-007 I
Table 1
Hydraulic Conductivity(K)Estimates
iiii
From Grain Size Testing
Soil Massmann Powers Hazen Nil
Boring Depth Class ft/min ft/min ft/min
BH-1 7.5- 9 SP-SM 1.01E-1 7.88E-2 4.98E-2
BH-1 17.5-19 SP-SM 5.69E-2 3.94E-3 1.60E-2 iii
BH-1 25-26.5 GW GM 1.25E+0 NA 1.28E-1
BH-2 7.5-9 SM 1.74E-2 5.91E-3 4.93E-3
BH-2 20-21.5 SP 1.3E-1 1.77E-1 1.37E-1 5
BH-3 7.5-9 ML 4.50E-3 NA NA
BH-4 7.5-9 ML 2.00E-3 NA NA
iii
BH-5 5-6.5 ML 4.02E-3 NA NA
BH-5 25-26.5 ML 5.66E-2 NA NA
BH-6 7.5—9 ML 3.50E-3 NA NA isia
BH-7 7.5—9 SW-SM 1.58E-1 7.88E-2 1.97E-2
BH-7 10- 11.5 SP-SM 1.59E-1 1.18E-1 1.44E-1
NA- not analyzed
Piezometers
HWA installed four temporary hand-driven piezometers near three of the existing
monitoring wells, as summarized in Table 2: ft
Table 2
Piezometers " '
Piezometer Depth Screened Location IN
(feet) interval (feet
below grade)
P-1 13 11-13 7 feet S of BH-1 a
P-2 13 11-13 14 feet SE of BH-1
P-3 13 11-13 8 feet S of BH-2
ad
P-4 13 11-13 10 feet N of BH-5
The piezometers consisted of 1.25-inch outside diameter steel pipe with a 24-inch gai
screened interval at the bottom, driven into the ground using a slide hammer to depths of
13 feet below grade. The piezometers were installed in unpaved planting strips adjacent
to the roadway near each existing monitoring well. All piezometers were removed from iiiii
the ground after use and the holes filled with bentonite.
rr
SW 7th dewater rpt 2.doc 3 HWA GEOSCIENCES INC. 1a
February 18, 2004
HWA Project No. 2003-007
AQUIFER TESTING AND ANALYSIS
Slug Tests
HWA used single-well hydraulic conductivity testing to further define the aquifer
parameters. Our aquifer testing program included rate-of-fall (falling head) slug tests on
monitoring wells BH-1, BH-2 and BH-5 and piezometers P-1, P-2 and P-3. Piezometer
P-4 was not tested as its water level was several feet higher than the nearby monitoring
.. well, suggesting that the screen may have been plugged during installation.
We used the Bouwer and Rice method to analyze the slug test results in wells and
piezometers that displayed suitable drawdown curves. The Bouwer and Rice method can
be used for"slug tests on partially or completely penetrating wells in unconfined aquifers
for a wide range of geometry conditions" (Bouwer and Rice, 1976).
taw
Pumping Tests
Short term pumping tests were conducted at BH-1, BH-2, and BH-5 using a two-inch
diameter electrical submersible pump. No response to pumping the wells was measured
,,,, in any of the adjacent piezometers, indicating moderate to high hydraulic conductivities,
relative to the limited pumping rates available(up to 6.5 gpm). Response to pumping at
the pumping wells, and recovery after pumping was stopped, were measured using
datalogging pressure transducers. We used the Cooper Jacob method to analyze the
pumping and recovery test results (Driscoll, 1986). Data from some wells was not
analyzed due to interference from the sand filter pack, or casing storage effects in the
well (rapid drawdown due to pumping water from casing). Table 3 summarizes the slug
and pumping test results and comments on wells not tested or analyzed.
MO
HWA analyzed the results of the slug and pumping tests using the above listed methods
with the Aquifer Test for Windows Version 2.55 software (Rohrich, 1996). Appendix B
+• contains the pumping test data, drawdown curves, and calculations.
SW 7th dewater rpt 2.doc 4 HWA GEOSCIENCES INC.
February 18, 2004
HWA Project No. 2003-007
Table 3
Pumping Test Analysis Results
Well/ Test Estimated K Comments
Piezo (ft/min)
BH-1 Pumping NA Drawdown too rapid due to
BH-1 Recovery NA casing storage
BH-1 Falling head NA Well filter pack influence
P-1 Falling head 1.26E-2
P-2 Falling head 1.55E-2
BH-2 Pumping 2.06E-2
BH-2 Recovery 6.43E-2
BH-2 Falling head Well filter pack influence
P-3 Falling head 9.42E-3
BH-5 Pumping NA Drawdown too rapid due to
casing storage
BH-5 Recovery 4.86E-3
BH-5 Falling head NA Well filter pack influence
P4 No testing NA Piezometer screen plugged
performed
NA- not analyzed
Ground Water Levels
a
Ground water levels in existing wells were measured several times by the City of Renton
and HWA. Table 4 summarizes the ground water level measurements. Seasonal
variations of over eight feet were observed over a one year period. No ground water
measurements were made during times of typical seasonal high ground water, in late
winter and early spring(March and April).
SW 7th dewater rpt 2.doc 5 HWA GEOSCIENCES INC.
+r.
February 18, 2004
HWA Project No. 2003-007
Table 4
Ground Water Levels
Depth to water(feet below grade)
Well 2/3/03* 9/12/03 12/29/03 1/21/04*
aut
BH-1 7 10.25 8 7.46
BH-2 7.2 10.15 7.83 7.43
•.. BH-3 8 13.1 8.75 NA
BH-4 6 9 6.58 NA
BH-5 4 12.15 5.17 3.96
BH-6 4.5 8 5.08 NA
- *Measured by HWA, all others measured by City of Renton
NA- not measured
lop
Dewatering Estimates
Open Trench
HWA utilized the Universal Well Formula, a derivative of Darcy's Law to estimate the
amount of flow from wells dewatering a length of excavated trench (Powers, 1992),
where:
( Z —h2)+2 xK —h2�
Q_ H, R 2L
rs
and
IOW
Q=Rate of discharge to lower water table to target elevation(f13/min)
K=Hydraulic conductivity(ft/min)
ors H=Height of static potentiometric surface above base of aquifer(aquifer thickness)
h=Height of controlled potentiometric surface above base of aquifer
R.=Radius of influence(cylindrical area)
L=Radius of influence(linear area) or distance to line source
ra=Radius of trench(5 feet)
x=Length of trench segment dewatered
Aquifer thickness (H) -Existing well log data in the project area suggest that the total
aquifer thickness exceeds 80 feet. The presence of intermittent fine grained layers and
stratification will reduce the effective aquifer thickness, consequently, 60 feet was used
for flow estimates.
IMO
SW 7th dewater rpt 2.doc 6 HWA GEO SCIENCES INC.
ala
iY
February 18, 2004
HWA Project No. 2003-007
Height of controlled potentiometric surface above base of aquifer(h) -This value was
estimated based on measured ground water levels, and pipe invert depths as provided by
Gray& Osborne, with an added four feet of drawdown.
Radius of influence(R.)- Radius of influence was estimated based on Suchart's
formula,
R. =30001—h)r
With Ro, H and h in feet and K in cm/sec.
The above fisted principal dewatering parameters serve as the basis for estimating
dewatering flows. Extreme variability(spatially and temporally)throughout the site of
these dewatering parameters requires simplifying assumptions based on the available data
in order to develop estimates of dewatering volumes. This method assumes flow to wells
along the trench. Open trench dewatering estimates are summarized in Table 5.
Sheet Piling
The use of interlocking steel sheet piles, embedded to a depth of at least twice the trench
depth, will act to cut off some ground water flow by 1) increasing the gradient, by r
increasing the flow path ground water must take to enter the trench, and 2) intercepting
lower permeability layers. Alluvial sediments are horizontally layered, and as such
display higher horizontal hydraulic conductivities than vertical. Estimates of flow to
sheet piled trenches were based on flow net analyses (Cedergren, 1989). Flow net
analysis employs a graphical technique to estimate the gradient, which is then used in ma
Darcys law to calculate discharge:
Q=Kh(Nf/Nd)
Where Nf and Nd are flow and equipotential lines on the flow net, representing the
gradient. f
Dewatering estimates for sheet piled trenches are summarized in Table 5.
I
a
a
I
SW 7th dewater rpt 2.doc 7 HWA GEO SCIENCES INC.
r.
February 18, 2004
HWA Project No. 2003-007
Table 5
Dewatering Flow Estimates
(Gallons per minute per 100 foot of trench)
Well Assumptions Dewatering Flow Estimates
(gpm/100 ft trench)
Open Trench Sheet Pile4
K1 Pipe Depth to High Low High Low
(ft/min) Invert Water Water Water Water Water
Depth2 (feet)
BH-1 2.9E-1 10 6- 10 1400 900 420 230
BH-2- 4.8E-2 11 6- 10 340 260 90 40
wig BH-3 4.5E-3 13 7 - 13 60 50 10 N
BH-4 2.0E-3 11.5 6-9 35 30 N N
BH-5 2.2E-2 11 3- 12 210 120 50 10
""` BH-6 3.5E-3 9 3-8 50 40 N N
1 -Based on weighted average of different tests performed
2-Dewatering depth four feet below pipe invert
rog
3-Estimated seasonal range
4-Assumed sheet pile depth=twice trench depth (2x(Pipe invert+2))
N- Negligible flows anticipated
CONCLUSIONS
Dewatering flows along the west end of the alignment at BH-1 and BH-2 are expected to
be the highest. Sheet piling is recommended from the western end of the alignment to at
least Station 12+00, near BH-3. The transition from gravelly to silty soils occurs
somewhere between BH-2 and BH-3. Sheet piles terminating in low permeability silt
layers will effectively cut off most ground water flow. The extent of sheet piling may
also be determined based on conditions encountered, e.g., after some maximum flow rate
from open trenches is exceeded.
The use of sheet piles will greatly reduce pumping volumes required, and the associated
risks of ground settlement. Construction should be staged to allow excavation at the west
end of the alignment during periods of low ground water,typically August through
October.
SW 7th dewaterrpt 2.doc 8 HWA GEOSCIENCES INC.
wr
di
February 18, 2004
HWA Project No. 2003-007
REFERENCES
Cedergren, Harry, Seepage, Drainage and Flow Nets, John Wiley & Sons,New York,
1989
Driscoll, F., Groundwater and Wells, Johnson Division, St. Paul,Minnesota, 1986.
i
Massmann, Joel, course notes: Stormwater Infiltration Fundamentals, Design, and Site
Assessment, a Short Course, October 28, 2003.
Powers, J. Patrick, Construction Dewatering, New Methods and Applications, John Wiley
and Sons, Inc., New York, 1992.
Rohrich, Thomas, Waterloo Hydrogeologic, Inc.Aquifer Test for Windows Version 2.0
software, 1996.
LIMITATIONS
The conclusions expressed by HWA are based solely on material referenced in this
ati
report. Observations were made under the conditions stated. Within the limitations of
scope, schedule and budget, HWA attempted to execute these services in accordance with
generally accepted professional principles and practices in the area at the time the report
was prepared. No warranty, express or implied, is made. Experience has shown that
subsurface soil and groundwater conditions can vary significantly over small distances.
Inconsistent conditions can occur between explorations and not be detected by a ri
geotechnical study. It during future site operations, subsurface conditions are
encountered which vary significantly from those described herein, HWA should be
notified for review of the recommendations of this report, and revision of such if
necessary.
a
The findings and recommendations of this report were prepared in accordance with
generally accepted professional principles and practices in the fields of geotechnical
engineering and engineering geology. No warranty, expressed or implied, is made. We
do not warrant the accuracy of information supplied by others, nor the use of segregated
portions of this report. HWA does not practice or consult in the field of safety
engineering. We do not direct the contractor's operations, and cannot be responsible for
the safety of personnel other than our own on the site.
nil
a
SW 7th dewaterrpt2.doc 9 HWA GEOSCIENCES INC. r
�r.
February 18, 2004
HWA Project No. 2003-007
0.0
We appreciate the opportunity to provide our services. Should you have any questions
regarding this report, or require additional services, please contact us at your
convenience.
NO
Sincerely,
HWA GEOSCIENCES INC.
ot IN a ski)
Iirr /
Hydrogeolog-3 Zf r• /
f;.
Amon Sugar
Arnie Sugar, P.G.
Senior Environment#Geologist
err
NO
NO
SW 7th dewater rpt 2.doc 10 HWA GEOSCIENCES INC.
irr
N.
N.
Appendix A
Grain Size Analysis
N.
N.
N.
N
N.
a
N.
91.
�.
N.
N.
N.
N
..
Q
LL vi iri �i >- N
5 2 ao o
_i-
Q Q
0 g ci y° n °v 03 Z � 2 iii
I-
I rn v, Q _ I-
I aR N �i N p cn
Q
Jp0 0`
2
O a H w N
°
2 a
-J ^Q^
E' 0 LL
o
"'I m CO 0 Co Ui
N re, 4
m
E
10 iii
z
w v
ri
ikc Ws
_ .�A ai Q z o`
Z ���������i�� o Z O c, $ to E =
D N g-=======__ s��II s_ C� O 111
. a ,.
Z/3 0 I mom IN 5 0 >. I
co FAMILIES!
w O
Lli ~ N N s fi
N• e- N
C.)
m CO N Bl.
w g
`�-8 8 8 f2 8 8 ? 8 N
1H0131/1 AEI 213NIJ 1N3O2Ed 2 • a 4 6 1
°
ii
1
or CV
Q
w ^ Ui
O •° g1 }CO N g
IN )"-
" N c7
'Cr
I.o g Cl) Q o
ZU Q o
o J
MN 111>
Oco� N
� Q
a '' LL 0
r. woo o
a U H N
o I-- W
iis $J Q
O °" F
0 0
U Nt o
IR a.
a.
Am
m
E
a
r. 8 c
c Ce a
w
r. g u)
0 0.
a> g- -- -- -- --- -- -- -- -- -J `
C ae c. c
Li-
illi
--- -- -- --
rr Z# o Z' , !n
O 1
Z
M W O N N.
N o 2 (;
c) * f
NW e 2 c
0 0 U O-
U Z CO2
No 03
vi
C
ii_ A -- -- -- -- — -- -- -- -- -- o x o N
ea
_1 s o
W70 ■■ ■■ __ __ ■■ ■■ ■■ ■■ ■■ __
imp s N
o -- -- -- -- -- a V
iii u, � z
1
O
aa IHOI3M A8 2J3N1I 1N332d3d g
m
PJ
am
B
Pumping Test Appendix Analysis
ON
M
INN
MO
Waterloo Hydrogeologic slug/ball test analysis uate.co.u1.zuv4 1 rage 1
180 Columbia St W. BOUWER-RICE's method
Watertoo,Ontario,Canada Project P1 Falling Head
ph(519)746-1798 Evaluated by:AS ,111,,,
Slug Test No. Test conducted on: 1/21/04 iiii
P1
I
i
t[min] 1
0 0 0 0 0 , , 1 1 1 1
1. . _
Of
— • _
....
• _
. .
• ————
•
• _
• ,
•
. • .
10-1 • _
• _
11
i• .
———— • — _
, 5
. 0
•• a 00 0
10-2 -- ---- A---- '
--- --- -
--- __ -
T
-- ---- ---- ii
I'
0 P1 Falling Head
,,,,,
I
to
Hydraulic conductivity[ft/mint 1.26 x 10-2
00
I
P
r
1,,,,
la
,„.
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 2
180 Columbia St W. BOUWER-RICE's method
Project P1 Falling Head
got Watedoo,Ontario,Canada
ph.(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
are P1 P1 Falling Head
rrs Static water level:0.0000 ft below datum
Pumping test duration Water level Drawdown
Bir
[min] [ft] [ft]
1 0.0000 6.9200 6.9200
2 0.0200 6.9200 6.9200
3 0.0300 6.4300 6.4300
4 0.0500 5.4100 5.4100
5 0.0700 4.7300 4.7300
6 0.0800 4.1000 4.1000
7 0.1000 3.5800 3.5800
8 _ 0.1200 3.0200 3.0200
9 0.1300 2.6600 2.6600
ar 10 0.1500 2.3000 2.3000
11 0.1700 2.0400 2.0400
12 0.1800 1.7400 1.7400
13 0.2000 1.5100 1.5100
Os
14 0.2200 1.3100 1.3100
15 0.2300 1.1800 1.1800
16 0.2500 1.0500 1.0500
mom 17 0.2700 0.8900 0.8900
18 0.2800 0.7900 0.7900
19 0.3000 0.6900 0.6900
20 0.3200 0.5600 0.5600
21 0.3300 0.5300 0.5300
22 0.3500 0.4600 0.4600
23 0.3700 0.4000 0.4000
iii 24 0.3800 0.3300 0.3300
25 0.4000 0.2700 0.2700
26 0.4200 0.2700 0.2700
11111 27 0.4300 0.2300 0.2300
28 0.4500 0.2000 0.2000
29 0.4700 0.1700 0.1700
30 0.4800 0.1300 0.1300
to
31 0.5000 0.1300 0.1300
32 0.5200 0.1300 0.1300
33 0.5300 0.1000 0.1000
•
rr. 34 0.5500 0.1000 0.1000
.
35 0.5700 0.0700 0.0700
36 0.5800 0.0700 0.0700
air
37 0.6000 0.0700 0.0700
38 0.6200 0.0700 0.0700
39 0.6300 0.0700 0.0700
40 0.6500 0.0700 0.0700
No 41 0.6700 0.0700 0.0700
42 0.6800 0.0400 0.0400
43 0.7000 0.0400 0.0400
44 0.7200 0.0000 0.0000
iimo
45 0.7300 0.0000 0.0000
46 0.7500 0.0000 0.0000
47 0.7700 0.0000 0.0000
- 48 0.7800 0.0000 0.0000
49 0.8000 0.0000 0.0000
50 0.8200 0.0000 0.0000
ma
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 1 Page 3
4
180 Columbia St W. BOUWER-RICE's method Project P1 Falling Head
Watedoo,Ontario,Canada
ph.(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
P1 P1 Falling Head
Static water level:0.0000 It below datum
Pumping test duration Water level Drawdown
if[min] [ft] [ft]
51 0.8300 0.0000 0.0000
52 0.8500 0.0000 0.0000
53 0.8700 0.0000 0.0000
54 0.8800 0.0000 0.0000
55 0.9000 0.0000 0.0000
ili
IT
riiiii-',-.1'
It
■
I
4
t
r
Tt
f
r
,,
f
1
ri
,.
;
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 1
180 Columbia St W. BOUWER-RICE's method
Project P2 Falling Head
VVaterloo,Ontatio,Canada
Sis
ph(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
P2
t[mm ]
0 0 0 0 0 1 1 1 1 1 1
10° .
_
_ •
sO _
• .
10-1 . ————
o r _
-0-
0 0 0
11111 o
10.2 0
10-3
o P2 Falling Head
Hydraulic conductivity[ft/min]: 1.55 x 10.2
•
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 2
4
180 Columbia St.W. BOUWER-RICE's method -4
VVatedoo Ontario Canada Project P2 Falling Head
ph.(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
P2 P2 Falling Head
ofStatic water level:0.0000 ft below datum
Pumping test duration Water level Drawdown
4
[min] [ft] [ft]
1 0.0000 5.9710 5.9710
2 0.0200 5.9700 5.9700
3 0.0300 5.1200 5.1200
4 0.0500 _ 4.3300 4.3300
5 0.0700 3.6400 3.6400
6 0.0800 3.0800 3.0800
7 0.1000 2.5900 2.5900
8 0.1200 2.2000 2.2000
9 0.1300 1.8000 1.8000
10 0.1500 1.5400 1.5400
11 0.1700 1.3100 1.3100
12 0.1800 1.0800 1.0800 1
13 0.2000 0.9500 0.9500
14 0.2200 0.7900 0.7900
15 0.2300 0.6500 0.6500
16 0.2500 0.5900 0.5900
17 0.2700 0.4900 0.4900
18 0.2800 0.3900 0.3900
19 0.3000 0.3600 0.3600
20 0.3200 0.2900 0.2900
21 0.3300 0.2600 0.2600
22 0.3500 0.2300 0.2300
23 0.3700 0.1600 0.1600
24 0.3800 0.1300 0.1300
25 0.4000 0.1300 0.1300
26 0.4200 0.1300 0.1300 li
27 0.4300 _ 0.1000 0.1000
28 0.4500 0.1000 0.1000
29 0.4700 0.0600 0.0600
to
30 0.4800 0.0600 0.0600
31 0.5000 0.0600 0.0600
32 0.5200 0.0300 0.0300
33 0.5300 0.0300 0.0300 iiii
34 0.5500 0.0300 0.0300
35 0.5700 0.0300 0.0300
41.
36 0.5800 0.0000 0.0000
37 0.6000 0.0000 0.0000
38 0.6200 0.0000 0.0000
39 0.6300 0.0000 0.0000
40 0.6500 0.0000 0.0000
41 0.6700 0.0000 0.0000
42 0.6800 0.0000 0.0000
43 0.7000 0.0000 0.0000
44 0.7200 0.0000 0.0000
45 0.7300 0.0000 0.0000
I
ig
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 1
180 Columbia St W. BOUWER-RICE's method
VVaterioo,Onfario,Canada
Project P3 Falling Head
ph.(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
P3
•
ame
t[min]
0 0 0 0 0 1 1 1 1 1 1
10° -0
•
•
0
10'1 --- --
---- . 0_ ---
o
o — '
.0
t -- -0-atT 0--
0
• 0 00 0
00 0 00
10-2 -- ---- ---
103
o P3 Falling Head
rr Hydraulic conductivity[ft/min]: 9.42 x 10
w
irr
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 2
180 Columbia St W. BOUWER-RICE's method
Project P3 Falling Head
VYaterloo,Ontario,Canada
ph(519)746-1798 Evaluated by:AS
4
Slug Test No. Test conducted on: 1/21104
P3 P3 Falling Head
Static water level:0.0000 ft below datum
Pumping test duration Water level Drawdown
[min] [ft] [ft]
1 0.0000 5.5700 5.5700 ;`
2 0.0200 5.5700 5.5700 r
3 0.0300 5.5700 5.5700
4 0.0500 4.8800 4.8800
5 0.0700 4.2300 4.2300
6 0.0800 3.7000 3.7000
7 0.1000 3.2800 3.2800
8 0.1200 2.9500 2.9500
9 0.1300 2.6500 2.6500
10 0.1500 2.3600 2.3600
11 0.1700 2.1300 2.1300
12 0.1800 1.9000 1.9000 1
13 0.2000 1.7000 1.7000
14 0.2200 1.5400 1.5400
15 0.2300 1.3700 1.3700
16 0.2500 1.2700 1.2700
17 0.2700 1.1800 1.1800
18 0.2800 1.0100 1.0100
19 0.3000 0.9500 0.9500
20 0.3200 - 0.8800 0.8800
21 0.3300 0.7800 0.7800 Ils.
22 0.3500 0.7200 0.7200
23 0.3700 0.6500 0.6500
24 0.3800 0.5900 0.5900
25 0.4000 0.5200 0.5200
26 0.4200 0.4900 0.4900
27 0.4300 0.4500 0.4500
28 0.4500 0.3900 0.3900
29 0.4700 0.3600 0.3600
30 0.4800 0.3200 0.3200
31 0.5000 0.2900 0.2900
32 0.5200 0.2900 0.2900
33 0.5300 0.2600 0.2600
34 0.5500 0.2200 0.2200
35 0.5700 0.1900 0.1900
36 0.5800 0.1900 0.1900
37 0.6000 0.1600 _ 0.1600
38 0.6200 0.1600 0.1600 ity.,::1-'
39 0.6300 0.1600 0.1600 ;,,
40 0.6500 0.1600 0.1600
41 0.6700 0.1300 0.1300 _
42 0.6800 0.0900 0.0900
-
43 0.7000 0.0900 0.0900
44 0.7200 0.0900 0.0900
45 0.7300 0.0900 0.0900
46 0.7500 0.0900 0.0900
47 0.7700 0.0600 0.0600
48 0.7800 0.0600 0.0600
49 0.8000 0.0600 0.0600
0.8200 0.0600 0.0600
NO
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 I Page 3
ii 180 Columbia St W. BOUWER-RICE's method
Project P3 Falling Head
liP Watei1oo,Ontario,Canada
014519)746-1798 Evaluated by:AS
Slug Test No Test conducted on 1/21/04
ire
P3 P3 Falling Head
t
Pio Static water level:0.0000 ft below datum
Pumping test duration Water level Drawdown
ills
[mini [ftl [ftl
51 0.8300 0.0600 0.0600
52 0.8500 0.0300 0.0300
L.__ 53 0.8700 0.0300 0.0300
54 0.8800 0.0000 0.0000
55 0.9000 0.0300 0.0300
illoi 56 0.9200 0.0300 0.0300
57 0.9300 0.0000 0.0000
58 _ 0.9500 0.0000 0.0000
59 0.9700 0.0000 0.0000
s 60 0.9800 0.0000 0.0000
61 1.0000 0.0000 0.0000
62 1.0200 0.0000 0.0000
63 1.0300 0.0000 0.0000
OP
64 1.0500 0.0000 0.0000
65 1.0700 0.0000 0.0000
66 1.0800 0.0000 0.0000
tiw 67 1.1000 0.0000 0.0000
68 1.1200 0.0000 0.0000
69 1.1300 0.0000 0.0000
70 1.1500 0.0000 0.0000
IP
71 1.1700 0.0000 0.0000
72 1.1800 0.0000 0.0000
73 1.2000 0.0000 0.0000
Sr 74 1.2200 0.0000 0.0000
75 1.2300 0.0000 0.0000
76 1.2500 0.0000 0.0000
77 1.2700 0.0000 0.0000
78 1.2800 0.0000 0.0000
79 1.3000 0.0000 0.0000
80 1.3200 0.0000 0.0000
M► 81 1.3300 0.0000 0.0000
82 1.3500 0.0000 0.0000
83 1.3700 0.0000 0.0000
rr 84 1.3800 0.0000 0.0000
irr
rrr
AO
W
Waterloo Hydrogeologic slug/bail test analysis Date:26.01.2004 Page 1
180 Columbia St.W. BOUWER-RICE's method
Project BH2 Falling Head
Waterloo.Ontario,Canada
ph(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
BH2
t[s]
0 3 6 9 12 15 18 21 24 27 30
10°° o O
O
o
L 10-1 —
10-2
0 BH2 Falling Head
Hydraulic conductivity[ft/s]: 221 x 104
Waterloo Hydrogeologic Pumping test analysis Date:28.01.2004 1 Page 4
180 Columbia St.W. Time-Drawdown-method after
Project
Ow Vvatertoo.ontario.Canada COOPER&JACOB
ph.(519)746-1798 Unconfined aquifer Evaluated by:
Pumping Test No. Test conducted on:
AIM
BH2 pumping
Discharge 6.46 U.S.gal/min Distance from the pumping well 0.0100 ft
taw Static water level:0.0000 ft below datum
Pumping test duration Water level Drawdown Corrected
drawdown
so
[min] [ft] [ft] [ft]
101 1.6800 2.0300 2.0300 1.9785
102 1.7000 2.0300 2.0300 1.9785
au 103 1.7200 2.0300 2.0300 1.9785
104 1.7300 2.0300 2.0300 1.9785
105 1.7500 2.0300 2.0300 1.9785
106 1.7700 2.0300 2.0300 1.9785
107 1.7800 2.0300 2.0300 1.9785
108 _ 1.8000 2.0300 2.0300 1.9785
109 1.8200 - 2.0300 2.0300 1.9785
MI 110 1.8300 2.0300 2.0300 1.9785
111 1.8500 2.0300 2.0300 1.9785
112 1.8700 2.0300 2.0300 1.9785
113 1.8800 2.0300 2.0300 1.9785
so
114 1.9000 2.0300 2.0300 1.9785
115 1.9200 2.0300 2.0300 1.9785
116 1.9300 2.0300 2.0300 1.9785
irr 117 1.9500 2.0300 2.0300 1.9785
118 1.9700 2.0300 2.0300 1.9785
119 1.9800 2.0300 2.0300 1.9785
ON 120 2.0000 2.0300 2.0300 1.9785
121 2.0200 2.0300 2.0300 1.9785
to
um
to
sow
+w
NV
>r
SO
Waterloo Hydrogeologic slug/bail test analysis Date:28.01.2004 I Page 1
180 Columbia St W. BOUWER-RICE's method
Water�oo o�rio Canada Project Renton
ph.(519)746-1798 Evaluated by:AS
Slug Test No Test conducted on 1/21/04
BH2 Recovery
t[min]
0 0 0 0 0 0 0 0 0 0 0
100 • - - - -
0
----- — --- ————
o
L
I 1
____
o I:r,
10.1 -
o BH2 Recovery
t
Hydraulic conductivity[ft/min]: 6.43 x 104 is
1
r
I
ti
iii
Waterloo Hydrogeologic slug/bail test analysis Date:28.01.2004 I Page 2
180 Columbia St W. BOUWER-RICE's method
wrr Waterloo Ontario Canada Project Renton
p,.(519)746-1798 Evaluated by:AS
Slug Test No. Test conducted on: 1/21/04
BH2 Recovery BH2 Recovery
low
Static water level:21.0900 ft below datum
Pumping test duration Water level Drawdown
wr
[min] [ft] [ft]
1 0.0000 19.4800 -1.6100
2 0.0100 19.4200 -1.6700
3 0.0300 19.7800 -1.3100
4 0.0500 20.2000 -0.8900
5 0.0600 20.6300 -0.4600
6 0.0800 20.8900 -0.2000
7 0.1000 21.0900 0.0000
8 _ 0.2800 21.0900 0.0000
Ow
wi
it
Iwo
low
rr
irr
Waterloo Hydrogeologic Pumping test analysis Date:28.01.2004 (Page 1
1;
180 Columbia St.W. Recovery method after
IP
Watertoo.oMario.Canada THEIS&JACOB Project Renton
ph.(519)746-1798 Unconfined aquifer Evaluated by:AS
Pumping Test No Test conducted on 1/21/04
BH5 recovery
Discharge 4.53 U.S.gal/min
Pumping test duration:2.00 min
yr
10° 101 102
0.00
2.00
4.00 lit
6.00
8.00
E
In 10.00
si
12.00
14.00
I
16.00
18.00
iiii
20.00
o BH5 recovery
rTransmissivity[fP/min]: 1.94 x 10'1
Hydraulic conductivity[ft/min]: 4.86 x 104
ri
Aquifer thickness[ft]:40.00
r
r
..
Waterloo Hydrogeologic Pumping test analysis Date:28.01.2004 1 Page 2
180 Columbia St.W. Recovery method after
sew Waterloo,Ontario,Canada THEIS&JACOB Project Renton
ph.(519)746-1798 Unconfined aquifer Evaluated by:AS
Pumping Test No. Test conducted on: 1/21/04
se
BH5 recovery BH5 recovery
Discharge 4.53 U.S.gaVmin
mig
Static water level:0.0000 ft below datum Pumping test duration:2.00 min
Time from Water level Residual Corrected
end of pumping drawdown drawdown
am
[min] [ft] [ft] [ft]
1 0.0700 21.5500 21.5500 15.7450
2 0.1000 21.5200 21.5200 15.7311
- 3 0.1400 21.4800 21.4800 15.7126
4 0.1700 21.4500 21.4500 15.6987
5 0.2000 21.4200 21.4200 15.6848
am 6 0.2300 21.3900 21.3900 15.6708
7 0.2700 21.3500 21.3500 15.6522
8 • 0.3300 21.2900 21.2900 15.6242
9 0.4000 21.2200 21.2200 15.5914
+ter 10 0.4300 21.1900 21.1900 15.5773
11 0.4600 21.1600 21.1600 15.5632
12 0.5000 21.1200 21.1200 15.5443
,1rr 13 0.5300 21.0900 21.0900 15.5301
14 0.5600 21.0600 21.0600 15.5160
15 0.5900 21.0300 21.0300 15.5017
16 0.6300 20.9900 20.9900 15.4827
r 17 0.6600 20.9600 20.9600 15.4685
18 0.6900 20.9300 20.9300 15.4542
19 0.7300 20.8900 20.8900 15.4351
off 20 0.7600 20.8600 20.8600 15.4208
21 0.7900 20.8300 20.8300 15.4064
22 0.8600 20.7600 20.7600 15.3728
23 0.8900 20.7300 20.7300 15.3583
Iso
24 0.9200 20.7000 20.7000 15.3439
25 0.9600 20.6600 20.6600 15.3246
26 1.0500 20.5700 20.5700 15.2809
ow 27 1.0900 20.5300 20.5300 15.2615
28 1.1500 20.4700 20.4700 15.2322
29 1.1900 20.4300 20.4300 15.2127
30 1.2200 20.4000 20.4000 15.1980
sr
31 1.2500 20.3700 20.3700 15.1833
32 1.3500 20.2700 20.2700 15.1341
33 1.3800 20.2400 20.2400 15.1193
- 34 1.4100 20.2100 20.2100 15.1044
35 1.4800 20.1400 20.1400 15.0698
36 1.5100 20.1100 20.1100 15.0548
AO 37 1.5500 20.0700 20.0700 15.0349
38 1.5800 20.0400 20.0400 15.0200
39 1.6100 20.0100 20.0100 15.0050
40 1.6400 19.9800 19.9800 14.9900
" 41 1.6800 19.9400 19.9400 14.9700
42 1.7100 19.9100 19.9100 14.9549
43 1.7400 19.8800 19.8800 14.9398
In 44 1.7800 19.8400 19.8400 14.9197
45 1.8100 19.8100 19.8100 14.9045
46 " 1.8400 19.7800 19.7800 14.8894
47 1.8700 19.7500 19.7500 14.8742
amp
48 1.9100 19.7100 19.7100 14.8539
49 1.9400 19.6800 19.6800 14.8387
50 1.9700 19.6500 19.6500 14.8235
w
CITY SURVEY CONTROL INFORMATION
A
1
SURVEYCONTLCOV.DOC\
A lec Y
N./ 0
CD
�
1V1O
ma 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
1"Printing January 1995
2ad Printing January 1997
Revised&Reprinted May 2000
.r
TS_SERVER//SYS2\MAPS\83m\control\scn.doc Title 2 May,2000
rw
TABLE OF CONTENTS
SECTION I
SURVEY CONTROL NETWORK DESCRIPTION i
SURVEYING STANDARDS 1-11-1
MONUMENT CASE& COVER STANDARD PLAN H031
SECTION II
ir• MAPS, DESCRIPTIONS &VALUES
Section Index Map Index
" Section Township Range Page
13_ T23N R4E WM F2
14 T23N R4E WM Fl
24 T23N R4E WM G2
25 T23N R4E WM H2
36 T23N R4E WM I2
5 T22N R5E WM J4
6 T22N R5E WM J5.
us
3 T24N R5E WM D6
4 T23N R5E WM D5
5 T23N R5E WM D4
o 7 T23N R5E WM E3
8 T23N R5E WM E4
9 T23N R5E WM E5
p• 10 T23N R5E WM E6
11 T23N R5E WM E7
14 T23N R5E WM F7
""' 15 T23N R5E WM F6
16 T23N R5E WM F5
17 T23N R5E WM F4
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
,■, 29 T23N R5E WM 114
30 T23N R5E WM 1-13
31 T23N R5E WM I3
- 32 T23N R5E WM I4
29 T24N R5E WM B4
31 T24N R5E WM C3
"" 32 T24N R5E WM C4
TS_SERVER//SYS2\MAPS\83m\control\scn.doc Table of Contents 2 May 2000
wr
w.
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
ow 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,
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
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
capital improvement projects would likely disturb them.
ire
As an adjunct to the Survey Control Network the city has developed the enclosed
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
NI 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
Eno
(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 47° 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.
TS_SERVER//SYS2\MAPS\83m\controI\scn.doc ii 2 May 2000
rr.r
City of Renton
Surveying Standards
41
City of Renton Standard Plans& Supplemental Specifications
Section 1-11
Adopted December 16, 1996
Effective January,21, 1997
rrr
wr
wr
TS_SERVER//SYS2\MAPS\83m\contronscn.doc 1-11-1 2 May 2000
r
physically reference a corner's location on the requirements of the project, the original will be
II lit
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,
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 corner or requirements of WAC 332-130-050 and shall
rrr 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
corners 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
+r.r including street intersections but excluding that in the field notes), a brief description of the
dependent interior lot corners. point, and northing, easting, and elevation (if
applicable)values, all in ASCII format, on IBM
1-11.1(6) Control or Base Line Survey PC compatible media.
' (RC)
Control or Base Line Surveys shall be 1-11.1(7) Precision Levels(RC)
established for all construction projects that will Vertical Surveys for the establishment of bench
>rw create permanent structures such as roads, marks shall satisfy all applicable requirements of
sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-11.1.
signal or light poles, or any non single family Vertical surveys for the establishment of bench
building. Control or Base Line Surveys shall marks shall meet or exceed the standards,
tar
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
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
monuments, recognized and on record with the and positive identification on recovery.
City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset
Survey shall occupy each monument in turn,and Topography
shall satisfy all applicable requirements of (RC)
610
Section 1-11.1 herein. Topographic surveys shall satisfy all applicable
The drawing depicting the survey shall be neat, requirements of section 1-11.1 herein.
legible, and drawn to an appropriate scale. All points occupied or back sighted in
r.r 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
The drawing must be of such meet the requirements of section 1-11.1 herein.
g quality that a The drawing and electronic listing requirements
O reduction thereof to one-half original scale 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
wr
TS_SERVER!/SYS2\MAPS\83m\controllscn_doc 1-11-5 2 May 2000
rrr
i.r
marked or tagged with the surveyor's
wr 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
H03 1.
irr
r
OW
MO
NM
SO
NW
rw
rrr
err
OW
WM
TS_SERVER//SYS21MAPS\83m\contronscn.doc 1-11-5 2 May 2000
IMO
•
11.
3,. sti‘liesgMr,gE, ::2:;,,,,Eni,, g tgagiggii
- ' -'.::'tillk,-1X:1_340,4qA: 18 T24N R5E engt#5_41 16 T24N R5E
15 T24N RSE 14 T24N R5E 13 T24N R5E
4101
-1- li .:..._........„.......
. _ ,....... ,.....„.
_
_ _____ .
= 0
,—, ....„.,_ittled A3 ___ a%
... A
I--Z-N,a A5 I A6 A7 A8
23 T24N'Mal 24 124N 19 724N RSE iii4;;.:..:Z...'SE 21 T24N R5E f, 2212414 R5E 23 T24N RSE 24 T24N RSE
141 •P lIft''.--
ON ...:i- -..
II gE;;_ tgM 1 gi'"11. 2 2.3.:=,, :P.,
Iti, B 4);1.Z.Z.:Ve.„... A B5 B6 B7 B8
-,-.. ....-,..; .i114.... fi_..i.,33..w.0,-,4
26 :'4- .4 ...!:Ar.:: R4E 30124N*.LAI:. ! ,.411;1 28 724N RSE -'-fioi 7 T24N R5E 26 T24N RSE 25 T24N R5E
No )
‘1,. .z.atze p;:::::;::-:;,:mx-__ ,-::,...-21-3E-E-Ef. pre ■
E.tx.tz,z:4 2—•„?....„4. N% .it
•
c6 C7 08
35 T24N R4 7'-r .;i.-3Mati4gma Amittlz:_._:\ .40:661141111R5E 35 T2414 R5E 36 T24N R5E
• 1 tr=t!-!-EIg: ;;!
NM! '
- ,,,.:E.:::::Mg-2::::::::::::ZK Itr LI, -
1010 Ail --- _,-;:.;-----:-*-5i-i ge - '-':5.-7-1-1.1':'
i IP\-Ilt it::=5.51 14
3
D " N • I D8
,.... _ .....,,.._
2 T23N R4E 1 11311 R4E '',:s-i...,e; '.f ,-7-rNgf At5E 4 'jall .• 2 T23N R5E 1 T23N RSE
kill
1 •■• n
Vi
Ilk
ti. • 1 E8
I. • 2 ".74. i Atli.. 1 - 7
... _A
12 T23N••E a In. , " - , 9 T23N„gm ---.. _ .. . R5E 12 723N R5E
N N 0 (YAtlililigghlr t41:4 Aggig" I
,.....„( iipo
14 T23N R. \1;,.. ...
mts, 7 F8
....—Eii1.2311:6. C.T23N R5E 14 T23N R5E 13 T23N R5E
Ilii ' -.111 Awl FENN, -■=r4k4.
\CllMllkdillIlliO:10
or 6 A k 1
AX " . . . 13167:41 'PI') LW 724131111114PIMY .01.44 23 T23N R5E 24 T23N RSE
llinil il 1 tli
ti l'IP:'iN H5 6 H7 H8
A a, • r-g!oiti . .1,4pa , ,,,... 1,,,„,,fr,. .... E 26 T23N R5E 25 T23N
siso -...mui
1%-lEIII MEIN'il NIP 1 ----=-
0 r „.....,...._
_...._
iiii.
/ — ...,'; sr 1 2 7 r 4 .4
I (110 a 17 18 :-=-:--.
' 35 T23'"-' 36 123N R4E 31 32 T23t4 •SE 3312311**; 34 T23N • 35 T23N -", 7K:it::: 36 12314 RSE
IN - ---------
or
1 14k f.1713617
NI!,
.
____
40 1 J2 3 0
J 4 -Iii, j5 . 41 0
li1==E----:::-_-,._::______-,,:t___ A
ilia .T22N R4E 1 T22N R4E 6T22 R5E 5 12,4 • E 4ETI22N R5E 3 / R5E 2 T22jN R571! , "..-:
kW CITY OF RENTON
SURVEY CONTROL NETWORK
MONUMENTS & BENCHMARKS INDEX
18 T23N R5E NE 1/4
ism t5 ti 4 ----",
1 I
i 1
. 1 \ 1119 ,...,.:. '\
S 91 d 6;7 3 I ---- \\ 1 J ,
I I
_ • 2.5,,_______265, :___94,,J,, ,42 ....
-2655
1f47*-1 191447+ 326t3--.7_4!-' 1+-413'1145i L------\° —1-1S I -'11---lc1 1 L
_ . _ 883 I +655
+241 4_-,
INt " 322+. 2566+ - )152 265264. _ +674
144di 1 __,
_____
581! .114
11451:2657 -----• I : ; .!
----:!! 205 -1
I -,--,
1 -- -
, . .-- Cds----- i !
882
I 4-1 1086 - -__ Cr, :
1:1- . — .
rfl . _.
.'
ii•• Oisi., . + ,
6 i-r i , :*
-1 i 1 Q.) T"
it.s12Th-. cu L
L9 (1 0
88 dt "--"I'd St I I ' -" . Iy 1 i -- ...--
, ' it
- 49\,,-:-
!ilk – ' •! el, ge.. : . ; i-.C-• 1 I . . r•-,,, --------I .
+1139 . 1+1138 1137+ 1+113-61"2?-+6-9 +1135 11 1+ 1314: - -
ilmo (*0+
4. .
580
____------- \
,-4--) i ! ;,--44 ! : !;,--■ — 1 I 1
. -,-,--,
,------ 1 -
._ ,
r
\ ' L.) t...•._. ...1. . i 1 --1 •. 1 —
2 1 2
......
-
2500-----4.1317 -- -c5 i - : .r,,,,,i 1 .. . I 1 , i ist---
- - 7 4- -.
• 72499 1 .--i-.) .- -ie._ } ._. •)7--4 I ---- I 1 I L - glik
I I ri.. I. .- - I
I I
' '.
'''-"I 0. - '
1 9
tow \4‘ .-. 4t --:--- g ;.--- 124'i°Rc. 992 ! ----
‘ 4_
• '-`4!---;!–'- I 1--.L____--
•I•
•A. ,\*-,!"! -a-"c i\‘81 78\\- !I
+98411_-__ +11 1—.8.
+1190
. I++--+ -4 ,tA"7r,--r----+«,I
+119 +119 1 _ 1__ ._•
.1 I :4
'■---'- \ \
I
. _ 1
_,_. 1 _., 7,-'254 .,- -1 ri
Frki
7.- \ ■
(T) \+1005 i -- • i - .;Li. 4"..„---<-7.1r , 1
, 1 -)--- -----r-- 11
z d..----- +298 /..1 1 11 - 1 11 '11 0.;) I - • li 6
g (-'--lcjil r-di •1 ,4.,11.
+11-4 300
_ i ,_..,-- 30),/,---1 a-rio r< _...'.,. _
L_____i______24 -4._____.0•,- . U
2+-1-02 . .
...; - 302,-+ +297 + 1506+ +1505
----C.:711 1 f 17-1
\ N 299!+f ,--?'..:1 ii
ter //
C - , :-.-- 4.---
- 7,:,--)i ; 1 I I; I •I _ ! I ; --- --7-
1 li -- i — 1 1 1
, .
: -• - 1 f- . 0 I -1; i 1 —ii_t t- 1, -- , it • .: .__ _ _
_.. ,
. . • ,, t_ If , , _ __ , 1 , 1 , .._ _:•,—; ._,_,..„
low+-, ..__
r- i II I I ll II .'7---4_;.___i_
Ism > , : _8 ..il__ , ,,
1 8 9
-.1
-7-j•• 1 t
1 11 ' • •\b-_
9 2 0 g----0 1 LLLPLI '------:-- J4
_ 24 +331 +246 +296 +245. : -- !!-154!
1279/4) ■__. . ■
! )4 1 7-11r li I ] 1-7--- IFT----1 1 ! . / I ' ' _ :__ _ 1 2328'
I — ii ----- I
I II 1 . 1/ I . ; 4.
------, . i L /, ,
--4—, II
1
1------
"4— ; I 11
A002
--.1_ ,1 ,1
s, , ■ ii f : lf._.
am
7,--'7j, i 1 11 11 11 1' - C3 I rlill . hVir .' 1043-9-.3 6 3
.,.... .,. .
i ,i.a . t.-±,- ./ so. -s -
. 2432
ft!-_ ____ _, _____ Lj L_JL.–1
+34 1274*2284----- - ----."- 1276
+576 +61
"---)t------+1278 -----! !,, , . (--- —
+2285--!
N. ! / Y
1 i - -- 1 i2Z31: V V
//
I /769 , , : .
/ +2287","
7, i .--
ow G3 - 19 T23N RSE NE 1/4
LEGEND
CITY OF RENTON 1111
OM
■.'.. Horizontd & Verticd
SURVEY CONTROL NETWORK
2222
MONUMENTS & BENCHMARKS e Horizontd Only
ON
N:rir ° TECHNICAL SERVICES 3333
0 Vertical Only
1 fft • PLANNING/BUILDING/PUBLIC WORKS
on 02/14/00
+1"4-" Monument
0 450 900 NO■IMP MID Renton Gty Limits F3
,,,,,,,,„..,.....,
i:5400 18 T23N R5E SE 1/4
MO
•
rr
SECTION 18 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
ew
60 N 1/4 Corner 19 T23N R5E
Location: Found 1/8"pin in concrete monument case at intersection of Hardie Ave SW
and SW 7th St.
r.
Monument: 1/8 IN BRASS PIN IN CONC. 0.4' BELOW RIM OF MON. CASE
NORTHING: 53611.676 EASTING: 395635.050 ELEVATION:
arr
63
Location: Set brass disc stamped 804/BRH123 per 2 each 2 foot reference points in the
right west bound lane of S Grady Way west of the intersection with Williams
Ave S
Monument: BRASS DISC IN MONUMENT CASE
it
NORTHING: 53638.518 EASTING: 396486.958 ELEVATION:
205
Location: Found a concrete monument in a monument case at the intersection of
Burnett Avenue S. and S. 2nd Street.
Monument: CONC MON, IN CASE
U.
NORTHING: 54429.257 EASTING: 396408.155 ELEVATION:
U.
U.
rr
F3-1
r
•
SECTION 18 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
673
w. Location: Top of 1/4"brass pin set in concrete monument at centerline of Morris Avenue
& 12' north of centerline of S. Second Street.
Monument: BRASS PIN IN CONC MON MORRIS AVE NORTH OF S 2ND STREET
war
NORTHING: EASTING: ELEVATION: 9.943
.a 754
Location: Found a 1/2" brass plug with a punch mark grouted in on easterly side of a
4"x4"concrete post monument down 0.6' in a monument case at the
arr constructed intersection of SW 7th Street&Seneca Avenue SE.
Monument: 1/2 IN BRASS PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.6'
NO
NORTHING: 53620.647 EASTING: 395016.102 ELEVATION: 6.801
rr
884
rr
Location: Found a concrete monument, in a monument case at the intersection of
Rainier Avenue S and S 2rd Street.
Monument: CONC MON, IN CASE
ore
NORTHING: 54453.626 EASTING: 395704.557 ELEVATION:
wrr
1056
Location: Found 1/8"pin in a monument case at the intersection SW langston Rd. and
Earlington Ave SW
Monument 1/8 IN BRASS PINON 4 IN X 4 IN POST 0.5'BELOW RIM OF 10 IN MON
CASE
ems
NORTHING: 54421.101 EASTING: 395088.623 ELEVATION:
NMI
F3-2
wr
«r.
No SECTION 19 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
rr.
1551
Location: Found 3/8" brass plug in a 10"monument case in centerline of Lind Ave SW
at SW 23rd. St. (pipeline R.O.W.)
Monument 3/8 IN BRASS PLUG IN MON CASE
Mil
NORTHING: 51992.882 EASTING: 395190.593 ELEVATION: 6.497
1856
Location: Found a Washington State Department of Transportation brass disk set in
south shoulder of SR167, 1-405 overcrossing above the approximate
+r. centerline of SR167.
Monument: W.S.D.O.T. BRASS DISC
NORTHING: 52927.573 EASTING: 395616.229 ELEVATION:
1895
lie
Location: Found a 2"flat brass disc with a punch mark on a 4"x4"concrete post
monument down 0.45' in a monument case at the constructed intersection of
SW 16th Street& Lind Avenue SW. This mark is an alternate to the quarter
corner to sections 24-23-4E & 19-23-5E.
Monument: 2 IN BRASS DISC W/PUNCH ON CONC MON, IN CASE, DN. 0.45'
NORTHING: 52766.111 EASTING: 395209.265 ELEVATION: 7.834
rr
rW
rrr
G3-4
or
•
I
I
I
I
1
,..
I
. .
.... .
PERMITS
I
i
i
,011,...
1
I
,.. .,..- - --.-----. -,
olioPERMITSCOV.DOC\
,'
cis�STATE O�
O
a
0
�H't I889�y�?
STATE OF WASHINGTON
DEPARTMENT OF ECOLOGY
P.O. Box 47600 • Olympia, Washington 98504-7600
(360) 407-6000 • TDD Only (Hearing Impaired) (360) 407-6006
March 4, 2004
RECEIVED
"' Mr. Allen Quynn,Project Manager MAR 5 _ 2004
City of Renton
1055 South Grady Way CITY N sSTEMS
Renton, WA 98055
Dear Mr. Quynn:
RE: Coverage under the Stormwater General Permit for Construction Activity
Permit Number: S03-005527
Site Name: SW 7th Street Drainage Improvement Project
Location: Between Lind Avenue SW&Morris Avenue S
Renton, WA 98055
Receiving Water: Springbrook Creek
Ns
The Washington Department of Ecology has reviewed your application for coverage under the
stormwater general permit for construction activity for the above 5.5-acre site, of which 1.4-acres
es
will be disturbed. We are granting coverage under the permit as of March 4, 2004. Retain this
letter with your permit. It is the official record of permit coverage for your site.
6.
Note the permit number assigned for the above project. Refer to the permit number on any future
correspondence with Ecology. Examples of the type of correspondence could be as follows: 1) If
you wish to notify Ecology that there is a new 24-hour contact person for the project. 2)When the
site has been stabilized, submission of a termination request form to cancel the permit and
associated fees.
Please read the enclosed permit carefully. As a permittee, you are legally obligated to comply with
its terms and conditions. An accompanying document called a Fact Sheet is available upon request
,.. by calling(360)407-7156. The Fact Sheet helps explain the development process for the general
stormwater permit.
• Stormwater Pollution Prevention Plan (SWPPP)
The most significant requirement of the general permit is the development, implementation, and
maintenance(revision) of a Stormwater Pollution Prevention Plan for the entire duration of the
project. Implement the SWPPP as the first step when starting construction. Plan requirements are
given in Special Condition S9 of the permit. The purpose of the SWPPP is to reduce, eliminate, and
prevent the pollution of stormwater through the application of Best Management Practices. Failure
w.
a
Mr. Allen Quynn
March 4, 2004
Page 2 of 2
to prepare and implement an adequate SWPPP could result in violations of state and federal laws
r.. and regulations. Retain the SWPPP on or near your project. The SWPPP shall be made available
upon request form Ecology or local government inspectors.
•• Permit Fees
State law (RCW 90.48.465)requires that all permittees pay an annual permit fee. If your permit
goes into effect during the State's fiscal year(June 30-July 1), the initial fee will be prorated to the
quarter. Future yearly billing notices will be mailed to you in August.
Permits that terminate during the State's fiscal year will have their fees prorated. Ecology will not
■. process refunds if the ending balance of the fee account is less than one-hundred dollars($100).
If you would like more information on the fee process, contact Bev Poston, Fee Administrator,
Depaltment of Ecology at(360) 407-6425.
Appeal
You, or a third party,may appeal Ecology's decision to issue a general stormwater permit for your
site. The appeal is limited to the general permit's applicability or non-applicability to your project,
not the permit itself An appeal may be filed with the Pollution Control Hearings Board, P.O. Box
40903,Olympia,WA 98504-0903 within thirty days from the effective date of your permit. In
addition, a copy of the appeal must be served on the Department of Ecology, P.O. Box 47696,
Olympia, WA 98504-7696. Enclosed is a copy of RCW 43.21B.310 that lists the procedures and
requirements for the appeal process.
Notice of Termination
After your site has undergone final stabilization, submit a Notice of Termination request form
(located in the back of the permit). Final stabilization is defined as follows: There are no bare soils
remaining, the landscaping is well established,paving is complete, all temporary sediment and
erosion and control devices have been removed, and all stormwater discharges associated with
`r construction activities have been eliminated. Permit fees continue until Ecology receives the
completed termination form.
r.
Ecology Regional Assistance
If you have questions regarding stormwater discharges for your construction site, contact Ron
Devitt, of Ecology's Northwest Regional Office in Bellevue, at(425) 649-7028.
If you have any questions regarding this letter,please call Linda Matlock at (360)407-6437.
Sincerely,
M2-0-0-rb
Melodie A. Selby, P.E., Manager
Program Development Services
Water Quality Program
Enclosures: Permit and RCW
Cc: Ron Devitt, Ecology,NWRO
rn
wr
rr�
Issuance Date: October 4,2000
Effective Date: November 18,2000
Expiration Date: November 18,2005
NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM AND STATE
WASTE DISCHARGE GENERAL PERMIT FOR
STORMWATER DISCHARGES ASSOCIATED WITH
am
CONSTRUCTION ACTIVITIES
State of Washington
DEPARTMENT OF ECOLOGY -.
err Olympia,Washington 98504-7696
In compliance with the provisions of
rw The State of Washington Water Pollution Control Law
Chapter 90.48 Revised Code of Washington
and
The Federal Water Pollution Control Act
do (The Clean Water Act)
Title 33 United States Code,Section 1251 et seq.
rr�
Until this permit expires,is modified or revoked,permittees that have properly obtained coverage under
this permit are authorized to discharge to waters of the state in accordance with the special and general
conditions which follow.
No
Mega 'te, P.E.,Manager
Water Qu. ity Program
rrr
Department of Ecology
um
orr
Definitions •
Best Management Practices(BMPs-general definition)means schedules of activities,prohibitions of
rs practices,maintenance procedures,and other physical,structural and/or managerial practices to prevent or
reduce the pollution of waters of the state. BMPs include treatment systems,operating procedures,and
practices to control: plant site runoff,spillage or leaks,sludge or waste disposal,or drainage from raw
material storage. In this permit BMPs are further categorized as operational,source control,erosion and
JAIN sediment control,and treatment BMPs.
Bypass means the diversion of waste streams from any portion of a treatment facility.
ire Clean Water Act(CWA)means the Federal Water Pollution Control Act enacted by Public Law 92-500,as
amended by Public Laws 95-217,95-576,96-483,and 97-117;USC 1251 et seq.
rr. Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a storm sewer,
and into which inflow is allowed by local ordinance.
Constructed Wetland means wetlands intentionally created,on sites that are not natural wetlands,for the
rri primary purpose of wastewater or stormwater treatment and managed as such. Constructed wetlands are
normally considered as part of the stormwater collection and treatment system.
Construction Activity means clearing,grading,excavation and any other activity which disturbs the surface
of the land. Such activities may include road building,construction of residential houses,office buildings,
or industrial buildings,and demolition activity.
Construction Dewatering means the act of pumping ground water or stormwater away from an active
irr construction site.
Detention means the temporary storage of stormwater to improve quality and/or to reduce the mass flow
r�r rate of discharge.
Director means the Director of the Washington Department of Ecology or his/her authorized
representative.
Discharger means an owner or operator of any facility or activity subject to regulation under Chapter 90.48
RCW or the Federal Clean Water Act.
MP Domestic Wastewater means water carrying human wastes,including kitchen,bath,and laundry wastes
from residences,buildings,industrial establishments,or other places,together with such ground water
infiltration or surface waters as may be present.
Ecology means the Washington Department of Ecology.
Equivalent BMPs means operational,source control,treatment,or innovative BMPs which result in equal
or better quality of stormwater discharge to surface water or to ground water than BMPs selected from the
SWMM.
Equivalent Stormwater Management Manual means a manual that has been deemed by Ecology as being
equivalent to the SWMM.
Erosion means the wearing away of the land surface by running water,wind,ice,or other geological
agents,including such processes as gravitational creep.
iw
Erosion and Sediment Control BMPs means BMPs that are intended to prevent erosion and sedimentation,
such as preserving natural vegetation,seeding,mulching and matting,plastic covering,filter fences,and
rot
Page 1 of 20
ui.
irr _
sediment traps and ponds. Erosion and sediment control BMPs are synonymous with stabilization and
structural BMPs.
Erosion and Sediment Control Plan means a document which describes the potential for erosion and
sedimentation problems,and explains and illustrates the measures which are to be taken to control those
problems.
Final Stabilization means the completion of all soil disturbing activities at the site and the establishment of
a permanent vegetative cover,or equivalent permanent stabilization measures(such as riprap,gabions or
geotextiles)which will prevent erosion.
"40 CFR"means Title 40 of the Code of Federal Regulations,which is the codification of the general and
permanent rules published in the Federal Register by the executive departments and agencies of the federal
government.
General Permit means a permit which covers multiple dischargers of a point source category within a
designated geographical area,in lieu of individual permits being issued to each discharger.
Ground Water means water in a saturated zone or stratum beneath the land surface or a surface water body.
Illicit discharge means any discharge that is not composed entirely of stormwater except discharges
authorized under a separate NPDES permit and discharges resulting from fire fighting activities.
Leachate means water or other liquid that has percolated through raw material,product or waste and
contains substances in solution or suspension as a result of the contact with these materials.
Local Government means any county,city,or town having its own government for local affairs.
Municipality means a political unit such as a city,town or county;incorporated for local self-government.
1
Municipal Entitiv means incorporated cities and counties(municipalities)as well as service districts such
as school districts,sanitary sewer districts,flood control districts,fire districts,port districts and
unincorporated towns and townships.
National Pollutant Discharge Elimination System(NPDES)means the national program for issuing,
modifying,revoking,and reissuing,terminating,monitoring and enforcing permits,and imposing and
enforcing pretreatment requirements,under sections 307,402,318,and 405 of the Federal Clean Water
Act,for the discharge of pollutants to surface waters of the state from point sources. These permits are
referred to as NPDES permits and,in Washington State,are administered by the Washington Department
of Ecology.
Notice of Intent(NOI)means the application for,or a request for coverage under this General Permit
pursuant to WAC 173-226-200.
Notice of Termination(NOT)means a request for termination of coverage under this general permit as
specified by Special Condition S10 of this permit.
Point Source means any discernible,confined,and discrete conveyance,including but not limited to,any
pipe,ditch,channel,tunnel,conduit,well,discrete fissure and container from which pollutants are or may
be discharged to surface waters of the state. This term does not include return flows from irrigated
agriculture. (See Fact Sheet for further explanation.)
Pollutant means the discharge of any of the following to waters of the state: dredged spoil,solid waste,
incinerator residue,filter backwash,sewage,garbage,domestic sewage sludge(biosolids),munitions,
chemical wastes,biological materials,radioactive materials,heat,wrecked or discarded equipment,rock,
sand,cellar dirt and industrial,municipal,and agricultural waste.This term does not include sewage from
Page 2 of 20
vessels within the meaning of section 312 of the FWPCA,nor does it include dredged or fill material
discharged in accordance with a permit issued under section 404 of the FWPCA.
rrr Pollution means contamination or other alteration of the physical,chemical,or biological properties of
waters of the state;including change in temperature,taste,color,turbidity,or odor of the waters;or such
discharge of any liquid,gaseous,solid,radioactive or other substance into any waters of the state as will or
is likely to create a nuisance or render such waters harmful,detrimental or injurious to the public health,
safety or welfare;or to domestic,commercial,industrial,agricultural,recreational,or other legitimate
beneficial uses;or to livestock,wild animals,birds,fish or other aquatic life.
Process Wastewater means any water which,during manufacturing or processing,comes into direct contact
rs or results from the production or use of any raw material,intermediate product,finished product,
byproduct,or waste product.
Puget Sound Basin means the Puget Sound south of Admiralty Inlet(including Hood Canal and Saratoga
Passage);the waters north to the Canadian border,including portions of the Strait of Georgia;the Strait of
Juan de Fuca south of the Canadian border;and all the lands draining into these waters as mapped in Water
Resources Inventory Areas numbers I through 19,set forth in WAC 173-500-040.
wr
Sanitary Sewer means a sewer which is designed to convey domestic wastewater.
Sediment means the fragmented material that originates from the weathering and erosion of rocks or
unconsolidated deposits,and is transported by,suspended in,or deposited by water.
Sedimentation means the depositing or formation of sediment.
vas SEPA(State Environmental Policy Act)means the Washington State Law,RCW 43.21C.020,intended to
prevent or eliminate damage to the environment.
Severe Property Damage means substantial physical damage to property,damage to the treatment facilities
which would cause them to become inoperable,or substantial and permanent loss of natural resources
which can reasonably be expected to occur in the absence of a bypass. Severe property damage does not
mean economic loss caused by delays in production.
jrr
Significant Amount means an amount of a pollutant in a discharge that is amenable to available and
reasonable methods of prevention or treatment;or an amount of a pollutant that has a reasonable potential
to cause a violation of surface or ground water quality or sediment management standards.
Significant Contributor of Pollutant(s)means a facility determined by Ecology to be a contributor of a
significant amount(s)of a pollutant(s)to waters of the state of Washington.
Significant Materials includes,but is not limited to:raw materials;fuels;materials such as solvents,
detergents,and plastic pellets;finished materials such as metallic products;raw materials used in food
processing or production;hazardous substances designated under section 101(14)of CERCLA;any
or chemical the facility is required to report pursuant to section 313 of title III of SARA;fertilizers;
pesticides;and waste products such as ashes,slag and sludge that have the potential to be released with
stormwater discharges.
oat Site means the land or water area where any"facility or activity"is physically located or conducted.
Source Control BMPs means physical,structural or mechanical devices or facilities that are intended to
prevent pollutants from entering stormwater. A few examples of source control BMPs are erosion control
ire practices,maintenance of stormwater facilities,constructing roofs over storage and working areas,and
directing wash water and similar discharges to the sanitary sewer or a dead end sump.
rre
Page 3 of 20
rr
a
Mil
Stabilization means the application of appropriate BMPs to prevent the erosion of soils,such as,temporary
and permanent seeding,vegetative covers,mulching and matting,plastic covering and sodding. See also
the definition of Erosion and Sediment Control BMPs.
a
Storm Sewer means a sewer that is designed to carry stormwater. Also called a storm drain.
4
Stormwater means rainfall and snow melt runoff.
Stormwater Drainage System means constructed and natural features which function together as a system
to collect,convey,channel,hold,inhibit,retain,detain,infiltrate or divert stormwater.
Stormwater Management Manual for the Puget Sound Basin(SWMM)or Manual means the technical
manual prepared by Ecology for use by local governments and published in 1992,or statewide revisions
when they become available,that contain descriptions of and design criteria for BMPs to prevent,control,
or treat pollutants in stormwater.
Stormwater Pollution Prevention Plan(SWPPP)means a documented plan to implement measures to
identify,prevent,and control the contamination of point source discharges of stormwater.
a
Surface Waters of the State includes lakes,rivers,ponds,streams,inland waters,salt waters,and all other
surface waters and water courses within the jurisdiction of the state of Washington.
Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few examples of
treatment BMPs are detention ponds,oil/water separators,biofiltration,and constructed wetlands.
USEPA means the United States Environmental Protection Agency.
Water Quality means the chemical,physical,and biological characteristics of water,usually with respect to
its suitability for a particular purpose.
Waters of the State includes those waters as defined as"waters of the United States"in 40 CFR Subpart a
122.2 within the geographic boundaries of Washington State and"waters of the state"as defined in Chapter
90.48 RCW which include lakes,rivers,ponds,streams,inland waters,underground waters,salt waters and
all other surface waters and water courses within the jurisdiction of the state of Washington.
a
fi
Ai
Page 4 of 20
I
rue
rr
Acronyms
BMP Best Management Practice
rrr
CERCLA Comprehensive Environmental Response Compensation&Liability Act
CFR Code of Federal Regulations
CWA Clean Water Act
kW
EPA Environmental Protection Agency
ESC Erosion and Sediment Control
FWPCA Federal Water Pollution Control Act
NOI Notice of Intent
N, NOT Notice of Termination
NPDES National Pollutant Discharge Elimination System
RCRA Resource Conservation and Recovery Act
RCW Revised Code of Washington
SEPA State Environmental Policy Act
SWMM Stormwater Management Manual for the Puget Sound Basin
SWPPP Stormwater Pollution Prevention Plan
USC United States Code
rw
USEPA United States Environmental Protection Agency
WAC Washington Administrative Code
WQ Water Quality
x11►
,1w
rrr
■r
rrr
1rr
rrr
Page 5 of 20
it
its
Introduction
The Ecology stormwater pollution control program is based,in part,on the federal regulations of 40 CFR
Parts 122, 123,and 124 Subchapter D(Water Programs)issued on November 16, 1990,and the l
implementation of section 402(p)of the Federal Clean Water Act. The goals of these federal regulations
are to reduce or eliminate stormwater pollution from construction activity by requiring the implementation
of technology based Stormwater Pollution Prevention Plans(SWPPP),and to eliminate surface water
quality standards violations caused by stormwater.
Under the authority of Chapter 90.48 RCW,Ecology has expanded the scope of its stormwater program
beyond the federal government's requirements. Ecology's program requires compliance with ground water
quality and sediment management standards for those operations that are required to obtain an NPDES
permit for a stormwater discharge to surface waters or storm drains.
To comply with 40 CFR Parts 122, 123,and 124,and pursuant to the provisions of Chapters 90.48 and
90.52 RCW and Chapter 173-226 WAC,all those who file a Notice of Intent and are covered under this
baseline general permit(see Special Condition S2)shall comply with the following:
Special Conditions
S1. Application for Coverage
A. Notice of Intent(NOI)Submission Deadline
The permit application called a Notice of Intent(NOI)shall be submitted to Ecology on or
before the date of the first public notice and at least 38 days prior to the start of construction
activities.(see NOI instructions in Appendix 1)
B. Public Notice Requirement
At the time of application the permittee must publish a notice that they are seeking coverage
under Ecology's general stormwater permit for construction activities. This notice must be
published at least once each week for two consecutive weeks,in a single newspaper which has
general circulation in the county in which the construction is to take place. Refer to the NOI
instructions for public notice language requirements. State law requires a 30 day public
comment period prior to permit coverage,therefore permit coverage will not be granted
sooner than 31 days after the date of the last public notice.
C. Stormwater Pollution Prevention Plan(SWPPP)Deadlines
Permit coverage will not be granted until the permittee has indicated completion of the a
SWPPP or certified that development of a SWPPP in accordance with S9 of this permit will
occur prior to the commencement of the construction activity. SWPPPs are not submitted to
Ecology but retained on-site or within reasonable access to the site to be made available to
Ecology and local governmental agencies upon request.
D. State Environmental Policy Act(SEPA)Notification
The permittee must comply with the SEPA process and provide the following information lr
prior to receiving permit coverage:the type of SEPA document required,the date and agency
which issued the final determination and whether or not the permittee is aware of any appeals
of the adequacy of the SEPA document. If the above information is not supplied on the NOI
it must be supplied in writing to Ecology prior to permit coverage.
I
1
Page 6 of 20
I
s_
MN
S2. Permit Coverage
A. How to Obtain Coverage
rr�
Coverage under this general stormwater permit for construction activities may be obtained by
submitting a NOI to Ecology to discharge"Stormwater Associated With Construction
Activity"(Appendix 1). Ecology intends to notify applicants by mail of their status
concerning coverage under this permit within 10 working days of Ecology's receipt of a
complete NOI. An NOI is only deemed complete after it is fully filled out and signed,and a
final SEPA determination has been made,the applicant has certified that a SWPPP will be
developed prior to the start of construction,the 30 day public comment period has been
satisfied,and all other NOI information has been supplied.
Upon receipt of a complete NOI Ecology will notify the applicant of their permit status either
through written authorization of permit coverage or by sending a letter to the applicant giving
a date when permit coverage will automatically commence. Coverage will begin from the
date of Ecology's written authorization or will automatically commence on the date specified
by Ecology.
oro
Applicants which discharge stormwater associated with construction activity to a storm drain
operated by any of the following municipalities shall submit a copy of the NOI to the
municipality.
Seattle,King County,Snohomish County, Tacoma,Pierce County, Clark County,
Spokane County, and Washington Department of Transportation(WSDO7), if
discharge occurs within these permit areas.
B. Construction Activities Required to Seek Coverage
rw Construction Activity which results in the disturbance of five acres or more of land(or other
minimum land area to be determined by federal regulation),including clearing,grading and
excavation activities;and those sites or common plans of development or sale that will result
in the total disturbance of five acres or more land area and also have a discharge of
stormwater to a surface water or storm drain.
C. Construction Activities not Required to Apply
yr The following construction activities are not required to apply for coverage under this permit
to discharge stormwater associated with construction activity:
1. Construction activities which discharge stormwater only to the ground through
infiltration basins,dry wells,drain fields,and any other discharge to the ground and
have no point source discharge to surface water or a municipal storm sewer;
2. Any part of a facility with a stormwater discharge resulting from remedial action
conducted by the USEPA or Ecology or a potentially liable/responsible person under
an order or consent decree issued under the Comprehensive Environmental Response,
Compensation,and Liability Act. These facilities must still comply with the
requirements in this general permit determined by Ecology to be applicable,relevant,
and appropriate requirements under these laws;
3. Any emergency construction activity required to protect public health and safety;
4. Any construction activity for routine maintenance of existing facilities to maintain
original line and grade,or hydraulic capacity.
Page 7 of 20
rr� _
D. Facilities EXCLUDED from Coverage Under This Permit
lii
Ecology will not consider coverage for the following facilities:
MI
1. Nonpoint source silvicultural activities;such as nursery operations,site preparation,
reforestation and subsequent cultural treatment,thinning,prescribed burning,pest and
fire control,harvesting operations,surface drainage,or road construction and
maintenance from which there is natural runoff as excluded in 40 CFR Subpart 122.27; Ili
2. Construction projects that are federally owned or operated or are on Tribal land,or
discharge stormwater directly to tribal waters with EPA approved water quality
iiii
standards,including portions of the Puyallup River and other waters on trust or
restricted lands within the 1873 Survey Area of the Puyallup Tribe of Indians
Reservation;
ii
3. Stormwater discharges that originate from the site after construction activities have
been completed and the site has undergone final stabilization;
4. Any facility covered under an existing NPDES individual or general permit in which
stormwater management or treatment requirements or both are included for all
stormwater discharges associated with construction activity.
E. Coverage for Significant Contributors of Pollutants
This permit may also cover any construction activity discharging stormwater which Ecology
determines to be a significant contributor of pollutants to waters of the state of Washington or
may reasonably be expected to cause a violation of a water quality standard.
F. Coverage for Discharges to Ground Water
This permit also covers discharges of stormwater associated with construction activity to
ground water from any facility which has a discharge of stormwater to a surface water or a
storm sewer requiring permit coverage.
4
S3. Authorized Discharges
This permit authorizes the discharge of stormwater and construction dewatering waters associated
with construction activity to waters of the state of Washington and/or to municipal storm drains from
construction sites owned or operated by pennittees identified in Special Condition S2(Permit
Coverage).
4
S4. Discharge Prohibitions
A. Discharges to a storm drain or surface water of process wastewater,domestic wastewater or 0
noncontact cooling water not covered by an NPDES permit are prohibited.
B. Discharges of stormwater to sanitary or combined sewers shall be limited pursuant to Chapter IIII
173-245 WAC and WAC 173-226-100. Discharges of stormwater to sanitary or combined
sewers shall not occur without the approval of the municipality which owns or operates the
sanitary or combined sewer system.
a
C. This permit does not authorize illicit discharges,including spills of oil or hazardous
substances,nor does it relieve entities from obligations under state and federal laws and
regulations pertaining to those discharges.
Page 8 of 20
NI
oat
an
S5. Compliance with Standards
NW
The permittee is responsible for achieving compliance with state of Washington surface water
quality standards(Chapter 173-201A WAC),sediment management standards(Chapter 173-204
WAC),ground water quality standards(Chapter 173-200 WAC),and human health based criteria in
the National Toxics Rule(Federal Register,Vol.57,No.246,Dec.22, 1992,pages 60848-60923).
Where construction sites are not in compliance with these standards,the permittee shall take
immediate action(s)to achieve compliance by implementing additional BMPs and/or improved
maintenance of existing BMPs.
For permit compliance purposes compliance with standards means:
ors
i) An adequate SWPPP has been prepared and fully implemented;
ii) The SWPPP and its implementation are adequate to prevent the discharge of toxic
pollutants,floating materials,and erosion;and
iii) All available and reasonable means have been taken to prevent the discharge of
settleable solids and to reduce turbidity in discharges directly or indirectly to surface
0* waters.
In determining compliance Ecology will consider:
ro i) Weather conditions as related to design storms for BMPs;
ii) Available dilution and background conditions in the receiving water if the SWPPP and
its implementation are determined adequate;and
ow
iii) Other requirements of Chapters 173-200 WAC, 173-201A WAC,and 173-204 WAC.
S6. Sampling and Analysis
Sampling and analysis of stormwater for pollutants and ground water,surface water,or sediments
for impacts of stormwater discharges are not required by this permit. However,sampling and
analysis are encouraged and may be appropriate during the development and implementation of the
SWPPP. Analysis conducted in accordance with 40 CFR Part 136 and Puget Sound Estuary
Program Protocols is recommended but not required. Sampling procedures may be conducted in
'rr' accordance with USEPA's NPDES Stormwater Sampling Guidance Document(EPA 833-B-92-001),
July 1992,or Ecology guidance when it becomes available.
Sampling and analysis may be needed on a case-by-case basis for the discharge of construction
dewatering waters to ensure compliance with standards. Dewatering in areas where the potential for
ground water contamination exists should not be discharged without characterization of the ground
water to be discharged. For guidance on the discharge of dewatering waters contact your Ecology
it Regional Office.
S7. Permit Fees
s
Annual payment of fees in accordance with RCW 90.48.465 is a condition of this permit. Fees for
stormwater discharges covered under this permit shall be established by Chapter 173-224 WAC.
INN
Page 9 of 20
rr
rrr _
a
S8. Solid and Liquid Waste Disposal
The following requirements apply in the handling of solid and liquid wastes generated in compliance l
with the requirements of this general permit:
A. Disposal of waste materials from maintenance activities,including liquids and solids from
cleaning catch basins and other stormwater facilities,shall be conducted in accordance with
the Minimum Functional Standards for Solid Waste Handling,Chapter 173-304 WAC,and
where appropriate,the Dangerous Waste Regulations,Chapter 173-303 WAC.
B. Leachate from the solid waste material handling and disposal sites shall not be discharged to
state ground or surface waters without providing all known,available,and reasonable
methods of treatment,nor shall such leachate cause violations of the state water quality
standards for ground water or surface water or violations of sediment management standards.
S9. Stormwater Pollution Prevention Plan (SWPPP)for Construction Activities
(1rr
A SWPPP for construction activity,including construction dewatering,shall be prepared and
implemented in accordance with the schedule of Special Condition S1 and the requirements of this
Special Condition.
A. Objectives
1. To implement Best Management Practices(BMPs)to minimize erosion and sediments
from rainfall runoff at construction sites,and to identify,reduce,eliminate,or prevent
the pollution of stormwater.
2. To prevent violations of surface water quality,ground water quality,or sediment
management standards.
3. To prevent,during the construction phase,adverse water quality impacts including
impacts on beneficial uses of the receiving water by controlling peak rates and volumes
of stormwater runoff at the permittee's outfalls and downstream of the outfalls.
4. To eliminate the discharges of unpermitted process wastewater,domestic wastewater,
illicit discharges,and non-contact cooling water to stormwater drainage systems and
surface waters of the state.
B. General Requirements
1. The site owner shall be the permittee and responsible for the implementation of a
SWPPP. At construction sites for which a lease,easement,or other use agreement has
been obtained from the site owner,the entity obtaining the use agreement shall be the
le
permittee. The SWPPP shall be prepared sufficiently in advance of construction to
allow the contractor sufficient time to plan the implementation of the SWPPP.
2. The permittee shall designate on the NOI,a contact person who will be available 24
hours a day to respond to emergencies,and to inquiries or directives from Ecology.
The contact person shall have authority over the SWPPP implementation. While the
site owner is ultimately responsible for proper activities under the general permit and
for proper implementation of the SWPPP,both the owner and/or operator of the site
may be held liable for any permit violations.
rid
Page 10 of 20
rn
3. The permittee shall retain the SWPPP on-site or within reasonable access to the site
and make it available upon request to Ecology and local governmental agencies with
jurisdiction. If stormwater is discharged to a municipal storm drain system,the
SWPPP shall be available to the municipality upon request.The public may obtain a
copy of a permittee's SWPPP by request from Ecology.
4. The permittee shall retain the SWPPP and copies of the Notice of Intent,inspection
reports and all other reports required by this permit for,at least three years after the
date of final stabilization of the construction site. The permittee shall make these
documents available upon request to Ecology and to the local government agencies
with jurisdiction.
5. Reports on incidents,such as discharge of spills and other noncompliance notification
(see G3),shall be included in the records.
6. Modifications:
a. Ecology may notify the permittee when the SWPPP does not meet one or more
ow of the requirements of this Special Condition S9. Upon notification by Ecology,
the permittee shall take appropriate action(s)to come into compliance with this
Special Condition S9.
b. Ecology may require SWPPP and BMP modifications if compliance with
standards is not being achieved as required in accordance with Special
Condition S5.
mom
c. The permittee shall modify the SWPPP whenever there is a change in design,
construction,operation,or maintenance of any BMP which cause(s)the SWPPP
to be less effective in controlling the pollutants.
rim
d. Whenever a self-inspection reveals that the description of pollutant sources or
the BMPs identified in the SWPPP are inadequate,due to the actual discharge
of or potential to discharge a significant amount of any pollutant,the SWPPP
shall be modified,as appropriate. The permittee shall provide for
implementation of any modifications to the SWPPP in a timely manner.
7. Applicability of Current and Future Editions of the Stormwater Management Manual
for the Puget Sound Basin(SWMM):
BMPs shall be selected from the most recent published edition of the SWMM,that has
been available for at least 120 days prior to BMP selection,or other equivalent
manuals available at the time of BMP selection or when the selection of additional
BMPs is necessary. If new BMPs are required they shall be implemented in
accordance with Special Condition S9.B.6.
is
C. SWPPP Contents and Requirements:
The SWPPP shall consist of and make provision for the following:
1. An Erosion and Sediment Control Plan:
The Erosion and Sediment Control Plan shall describe stabilization and structural
practices,both of which shall be implemented to minimize erosion and the transport of
sediments.
Page 11 of 20
ire
a. Stabilization Practices:
The Erosion and Sediment Control Plan shall include a description of
stabilization Best Management Practices(BMPs),including site-specific
scheduling of the implementation of the practices. Stabilization practices may
include:temporary seeding,permanent seeding,mulching,geotextiles,sod
stabilization,vegetative buffer strips,protection of trees,preservation of mature
vegetation,and other appropriate measures. A record of the dates when major
grading activities occur,when construction activities temporarily or permanently
cease on a portion of the site,and when stabilization measures are initiated shall
be included in the plan. Stabilization measures shall be initiated as soon as
practicable in portions of the site where construction activities have temporarily
or permanently ceased. The plan shall ensure that the following requirements
are satisfied:
i) All exposed and unworked soils shall be stabilized by suitable and timely
application of BMPs.
ii) Existing vegetation should be preserved where attainable. In the field, fili
mark areas which are not to be disturbed,including setbacks,
sensitive/critical areas and their buffers,trees and drainage courses shall
be marked or flagged on site before construction activities are initiated.
These areas should not be harmed when measures under the SWPPP API
and/or construction activities are undertaken.
iii) Cut and fill slopes shall be designed and constructed in a manner that will
minimize erosion. Slopes shall be stabilized in accordance with
requirement a.above.
iv) Stabilization adequate to prevent erosion of outlets and adjacent stream
banks shall be provided at the outlets of all conveyance systems.
v) All storm drain inlets made operable during construction shall be
properly maintained.
vi) Wherever construction vehicle access routes intersect paved roads,
provisions must be made to minimize the transport of sediment(mud)
onto the paved road. If sediment is transported onto a road surface,the
roads adjacent to the construction site shall be cleaned on a regular basis.
Street washing shall be allowed only after other methods to prevent the
transport or to remove the sediments are unsuccessful.
b. Structural Practices:
In addition to stabilization practices,the Erosion and Sediment Control Plan
shall include a description of structural BMPs to divert flows from exposed
soils,store flows,or otherwise limit runoff and the discharge of pollutants from
exposed areas of the site to the degree attainable. Such practices may include
silt fences,earth dikes,drainage swales,sediment traps,check dams,subsurface
drains,pipe slope drains,level spreaders,storm drain inlet protection,rock
outlet protection,reinforced soil retaining systems,gabions,and sediment
basins. Structural practices should be placed on upland soils to the degree
attainable. The installation of these devices may be subject to Section 404 of
the Federal Clean Water Act. The plan shall ensure that the following
requirements are satisfied: 14
ltiiil
Page 12 of 20
a
i) Prior to leaving the site,stormwater runoff shall pass through a sediment
pond or sediment trap,or other appropriate BMPs.
ii) Properties adjacent to the project site shall be protected from sediment
deposition.
iii) Sediment ponds and traps,perimeter dikes,sediment barriers,and other
rrr BMPs intended to trap sediment on-site shall be constructed as a first step
in grading. These BMPs shall be functional before land disturbing
activities take place. Earthen structures used for sediment control such as
rr, dams,dikes,and diversions shall be stabilized as soon as possible.
iv) Properties and waterways downstream from the construction site shall be
protected from erosion due to increases in volume,velocity,and peak
rr flow of stormwater runoff from the project site.
v) All temporary erosion and sediment control BMPs shall be removed
within 30 days after final site stabilization is achieved or after the
— temporary BMPs are no longer needed. Trapped sediment shall be
removed or stabilized on-site. Disturbed soil areas resulting from
removal shall be permanently stabilized.
c. Selection of Stabilization and Structural BMPs:
Permittees within the Puget Sound Basin shall select from BMPs described in
r Volume II of the most recent edition of Ecology's Stormwater Management
Manual(SWMM)that has been available at least 120 days prior to the BMP
selection,or other equivalent and appropriate BMPs to comply with the
requirements listed in sections a.and b.above.
wr
Permittees outside the Puget Sound Basin shall select from BMPs described in
the Erosion and Sediment Control Handbook,by Goldman et al;Volume II of
the most recent edition of Ecology's SWMM,that has been available at least
120 days prior to the BMP selection,as adapted for local conditions using best
professional judgment;or other equivalent and appropriate BMPs to comply
with the requirements listed in subsections a.and b.above.
d. Inspection and Maintenance:
All BMPs shall be inspected,maintained,and repaired as needed to assure
continued performance of their intended function. All on-site erosion and
as sediment control measures shall be inspected at least once every seven days and
within 24 hours after any storm event of greater than 0.5 inches of rain per 24
hour period.
e. Recordkeeping:
Reports summarizing the scope of inspections,the personnel conducting the
inspection,the date(s)of the inspection,major observations relating to the
implementation of the SWPPP,and actions taken as a result of these inspections
shall be prepared and retained as part of the SWPPP.
ars
Page 13 of 20
AIN
6111111
a
f. Compliance Reporting Requirement:
Compliance with the maintenance and schedule requirements of the SWPPP and 1
other schedule requirements of this permit constitutes compliance with the
reporting requirements of WAC 173-226-180.
g. Format:
The Erosion and Sediment Control Plan shall consist of two parts: a narrative
and a set of site plans(drawings). Permittees may refer to Volume II,
Construction Stormwater Pollution Prevention,of Ecology's SWMM for
guidance on the content and format.
2. Control of Pollutants Other Than Sediment on Construction Sites:
All pollutants other than sediment that occur on-site during construction shall be
handled and disposed of in a manner that does not cause contamination of stormwater.
Chapter 11-3 of the SWMM can be referenced for guidance in controlling other a
potential pollutants.
3. Coordination with Local Requirements:
This permit does not relieve the permittee of compliance with any more stringent
requirements of local government.
Also,as required by the Puget Sound Water Quality Management Plan,local
governments within the Puget Sound Basin are to adopt requirements for construction
which are at least equivalent to the requirements listed in Volume I,Minimum
Technical Requirements,of Ecology's SWMM. Where Ecology has determined such
requirements to be equivalent,compliance with these requirements meets the SWMM
requirements of this permit.
S10. Notice of Termination (NOTI
After the site has undergone final stabilization,and all stormwater discharges from soil disturbing
activities have ceased,and all exposed soils have a permanent vegetative cover,or equivalent
permanent stabilization measure which prevent erosion,the permittee shall submit a Notice of
Termination form(Appendix 2 of this permit). A Notice of Termination,that is signed in
accordance with General Condition G20 of this permit,will end permit coverage and the
responsibility of the permittee(s)to be subject to the conditions of this permit. The permittee is
responsible for submitting the termination notice in order to end permit coverage.Unless the permit
is terminated,Ecology will continue to assess a fee for the permit.
Where the site owner changes,the site owner listed as the permittee shall submit a NOT that is
signed in accordance with General Condition G20 of this permit. The new site owner shall submit a
new Notice of Intent.
1
Page 14 of 20
w'?3.
..x.iY{
a
General Conditions
GI. Discharge Violations:
All discharges and activities authorized by this permit shall be consistent with the terms and
conditions of this permit.
Imo
G2. Proper Operation and Maintenance:
The Permittee shall at all times properly operate and maintain all facilities and systems of collection,
to treatment,and control(and related appurtenances)which are installed orused by the Permittee for
pollution control.
G3. Non-compliance Notification:
If for any reason,the Permittee does not comply with,or will be unable to comply with conditions
specified in the permit,the Permittee shall,at a minimum,provide the Department of Ecology
(Ecology)with the following information:
Mir
A. A description of the nature and cause of noncompliance,including the quantity and quality of
any unauthorized waste discharges;
to
B. The period of noncompliance,including exact dates and times and/or the anticipated time
when the Permittee will return to compliance;and
its C. The steps taken,or to be taken,to reduce,eliminate,and prevent recurrence of the
noncompliance.
In addition,the Permittee shall take immediate action as expeditiously as practicable,to stop,
wr contain,and clean up any discharge of spills and take all reasonable steps to minimize any adverse
impacts to waters of the state and correct the problem. The Permittee shall notify Ecology by
telephone so that an investigation can be made to evaluate any resulting impacts and the corrective
actions taken to determine if additional action should be taken.
In the case of any discharge which could constitute a threat to human health,welfare,or the
environment,40 CFR Part 122 requires that the information specified in Sections G3.A.,G3.B.,and
G3.C.,above,shall be provided not later than 24 hours from the time the Permittee becomes aware
VOI
of the circumstances. If this information is provided orally,a written submission covering these
points shall be provided within five days of the time the Permittee becomes aware of the
circumstances,unless Ecology waives or extends this requirement on a case-by-case basis.
w
Compliance with these requirements does not relieve the Permittee from responsibility to maintain
continuous compliance with the conditions of this permit or the resulting liability for failure to
comply.
too
G4. Bypass Prohibited:
The intentional bypass of stormwater from all or any portion of a stormwater treatment system
tom whenever the design capacity of the treatment system is not exceeded,is prohibited unless the
following conditions are met:
A. Bypass is: 1)unavoidable to prevent loss of life,personal injury,or severe property damage;
or 2)necessary to perform construction or maintenance-related activities essential to meet the
requirements of the Clean Water Act and authorized by administrative order;and
w
Page 15 of 20
a.r
w
t
B. There are no feasible alternatives to bypass,such as the use of auxiliary treatment facilities,
retention of untreated stormwater,maintenance during normal periods of equipment down
time,or temporary reduction or termination of production;
N
G5. Right of Entry:
The Permittee shall allow an authorized representative of Ecology,upon the presentation of
credentials and such other documents,as may be required by law:
A. To enter upon the premises where a discharge is located or where any records must be kept
under the terms and conditions of this permit;
B. To have access to and copy at reasonable times any records that must be kept under the terms
of the permit;
AO
C. To inspect at reasonable times any monitoring equipment or method of monitoring required in
the permit;
D. To inspect at reasonable times any collection,treatment,pollution management,or discharge
facilities;and
E. To sample at reasonable times any discharge of pollutants.
G6. Revocation of Coverage:
Pursuant with Chapter 43.21B RCW and Chapter 173-226 WAC,the director may terminate
coverage under this General Permit.Cases where coverage may be terminated include,but are not
limited to the following:
A. Violation of any term or condition of the general permit;
B. Obtaining coverage under a general permit by misrepresentation or failure to disclose fully all
relevant facts;
C. A change in any condition that requires either a temporary or permanent reduction or
elimination of the permitted discharge;
D. A determination that the permitted activity endangers human health or the environment,or 00
contributes significantly to water quality standards violations;
E. Failure or refusal of the permittee to allow entry as required in RCW 90.48.090;
F. Nonpayment of permit fees assessed pursuant to RCW 90.48.610;
3'
G. Failure of the permittee to satisfy the public notice requirements of WAC 173-226-130(6);or
Revocation of coverage under a general permit may be initiated by Ecology or requested by any
interested person.
Page 16 of 20
ri
NW
rr�
G7. Transfer of Coverage:
Pursuant with Chapter 4121 RCW and Chapter 173-226 WAC,the director may require any
discharger authorized by this general permit to apply for and obtain an individual permit or to apply
for coverage under an industry-specific general permit.
G8. General Permit Modification and Revocation:
General permits may be modified,revoked and reissued,or terminated in accordance with the
provisions of Chapter 173-226 WAC. Grounds for modification,revocation and reissuance,or
termination include,but are not limited to,the following:
out
A. A change occurs in the technology or practices for control or abatement of pollutants
applicable to the category of dischargers covered under the general permit;
B. Effluent limitation guidelines or standards are promulgated pursuant to the FWPCA or
chapter 90.48 RCW,for the category of dischargers covered under the general permit;
C. A water quality management plan containing requirements applicable to the category of
dischargers covered under the general permit is approved;or
D. Information is obtained which indicates that cumulative effects on the environment from
flu dischargers covered under the general permit are unacceptable.
G9. Permit Coverage Modification:
tar
A Permittee who knows,or has reason to believe,that any activity has occurred or will occur which
would constitute cause for revocation or transfer of coverage under General Conditions G6 and G7
respectively,or 40 CFR Subpart 122.62,must report such plans,or such information to Ecology.
Activities which shall be reported include facility expansions,production increases,or process
modifications which will: 1)result in new or substantially increased discharges of pollutants into
stormwater or a change in the nature of the discharge of pollutants into stormwater;or 2)violate the
terms and conditions of this permit. Ecology may then require submission of a new Notice of Intent
i+M or an application for an individual permit.
Submission of a new Notice of Intent for coverage under this or another general permit,or an
application for an individual permit does not relieve the Permittee of the duty to comply with the
'wr terms and conditions of the existing permit until the new notice of intent has been approved or an
individual permit has been issued.
G10. Toxic Pollutants:
ASO
If any applicable toxic effluent standard or prohibition(including any schedule of compliance
specified in such effluent standard or prohibition)is established under Section 307(a)of the Clean
Water Act for a toxic pollutant and that standard or prohibition is more stringent than any limitation
upon such pollutant in this general permit,Ecology shall institute proceedings to modify or revoke
and reissue this general permit to conform to the new toxic effluent standard or prohibition.
G11. Other Requirements of Title 40 Code of Federal Regulations:
All other requirements of 40 CFR Subpart 122.41 and 122.42 are incorporated in this permit by
reference.
wr
rw
Page 17 of 20
fry
out
ai
•
G12. Compliance With Other Laws and Statutes:
Nothing in this permit shall be construed as excusing the Permittee from compliance with any
applicable federal,state,or local laws,ordinances,or regulations. IN
G13. Additional Monitoring:
Ecology may establish specific monitoring requirements in addition to those contained in this permit a
by administrative order or permit modification.
G14. Removed Substances:
Collected screenings,grit,solids,sludges,filter backwash,or other pollutants removed in the course
of treatment or control of stormwater shall not be resuspended or reintroduced to the final effluent
stream for discharge to state waters.
G15. Duty to Reapply:
The Permittee must reapply for coverage under this general permit,at least 180 days prior to the
specified expiration date of this permit. An expired general permit continues in force and effect
until a new general permit is issued or until the department cancels it. Only those facilities which
have reapplied for coverage under the general permit are covered under the continued permit.
10
G16. Transfer of Permit Coverage:
Coverage under this permit is not transferable to any other person or entity except in compliance
with WAC 173-226-210. The new operator shall submit a new Notice of Intent for coverage under
this or another general permit,or apply for and obtain an individual discharge permit. The previous
operator shall submit a Notice of Termination.
G17. Requests to be Excluded from Coverage Under a General Permit:
Any discharger authorized by a general permit may request to be excluded from coverage under the
general permit by applying for an individual permit. The discharger shall submit to the director an
application as described in WAC 173-220-040(NPDES permit program),with reasons supporting
the request. The director will either issue an individual permit or deny the request with a statement
explaining the reason for denial.
G18. Appeals:
A. The terms and conditions of this general permit,as they apply to the appropriate class of
dischargers,are subject to appeal by any person within 30 days of issuance of this general
permit,in accordance with Chapter 43.21B RCW,and Chapter 173-226 WAC.
B. The terms and conditions of this general permit,as they apply to an individual discharger,are
appealable in accordance with Chapter 43.21 B RCW within 30 days of the effective date of
coverage of that discharger. Consideration of an appeal of general permit coverage of an
individual discharger is limited to the general permit's applicability or nonapplicability to that
individual discharger.
C. The appeal of general permit coverage of an individual discharger does not affect any other
dischargers covered under this general permit. If the terms and conditions of this general
permit are found to be inapplicable to any individual discharger(s),the matter shall be
remanded to the department for consideration of issuance of an individual permit or permits.
tier.
Page 18 of 20
GI9. Record Keeping Requirements:
The permittee shall maintain records required as a condition of the application for,as a condition of
1101 coverage under,and as conditions of this permit.
The permittee shall retain for a minimum of five(5)years reports required by this permit. This
period of retention shall be extended during the course of any unresolved litigation regarding the
ar discharge of pollutants by the permittee or when requested by the department or regional
administrator.
Upon termination of coverage under this permit,the owner shall retain all records and reports
required under this General Condition for at least three(3)years from the date of termination of
coverage under this permit.
G20. Signatory Requirements:
All Notices of Intent and Termination,plans(including the SWPPP),reports,certifications or
information either submitted to the Department of Ecology or to the operator of a municipal storm
sewer system,(or that this permit requires be maintained by the permittee),shall be signed as
follows:
A. In the case of corporations,by a responsible corporate officer or a duly authorized
representative,if such representative is responsible for the overall operation of the facility
from which the discharge originates.
B. In the case of a partnership,by a general partner.
C. In the case of a sole proprietorship,by the proprietor.
D. In the case of a municipal,state or other public agency,by either a principal executive officer,
ranking elected official,or other duly authorized employee.
G21. Use of Registered or Accredited Laboratories:
Except for flow,temperature and internal process control parameters,sampling and analysis data
required as a condition of coverage under this general permit shall be prepared by a laboratory
accredited under the provisions of Chapter 173-50 WAC(Accreditation of Environmental
41101 Laboratories).
G22. Commencement of Coverage Under a General Permit:
Unless the department responds in writing to an application for coverage,coverage of a discharger
under a general permit will automatically commence on the later of the following:
Iwo
A. On the effective date of the general permit;
B. On the 31st day following the end of the 30 day comment period required by WAC 173-226-
130(5)(iv)for new operations;
bye
C. On the 31st day following receipt by the department of a completed application for coverage
under a general permit;or
ot D. On the coverage date specified in this permit.
taw
Page 19 of 20
rr -
G23. Termination of coverage upon issuance of an individual permit or an industry-specific general
IEN
permit:
When an individual permit is issued to a discharger otherwise subject to this general permit,the
applicability of the general permit to that permittee is automatically terminated on the effective date
of the individual permit.
When coverage under an industry-specific general permit is granted to a discharger otherwise
subject to this general permit,the applicability of this general permit to that permittee is
automatically terminated 90 days after the effective date of the industry-specific general permit.
G24. Severability:
The provisions of this permit are severable,and if any provision of this permit,or application of any
provision of this permit to any circumstance,is held invalid,the application of such provision to
other circumstances,and the remainder of this permit shall not be affected thereby.
a
a
a
a
a
a
a
Page 20 of 20
a
err
SAMPLE
STORMWATER POLLUTION PREVENTION PLAN
(SWPPP)
SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT PHASE II-
MORRIS AVE. SW TO MORRIS AVE S.
wr
Renton,Washington
tar
sel
isr
smo
+r•
March 2004
IMP
ONO
t
ws
STORMWATER SITE PLAN (SWPPP)
EROSION AND SEDIMENT CONTROL NARRATIVE
1. Project Description
The City of Renton Surface Water Utility is proposing to replace an existing undersized
mainline storm pipe with 2,500 LF of 60-inch reinforced concrete pipe and 580 LF of 36-inch
corrugated polyethylene pipe on SW 7th Street between Lind Ave. SW and Morris Ave. S. in
Renton, Washington. The project area is approximately 4.5 acres of which, approximately 1.5
ww acres of will be disturbed. No cut or fill is proposed other than trenching and backfill for the
storm pipe.
wr• 2. Existing Site Conditions
The existing site consists almost exclusively of paved roadway with curb gutter and sidewalk
*II on both sides of the street. The site topography is flat with the average ground slope not
exceeding 0.08 percent. A small amount of grass area outside of the paved roadway will be
disturbed during construction. The new storm pipe will be constructed entirely in the
w. roadway. Existing drainage consists of storm pipe and catch basins to collect road runoff
Potential stockpile and staging areas include adjacent commercial asphalt parking areas or
parking areas that are accessible via paved roadways.
3. Adjacent Areas
The majority of the project is surrounded by major businesses including car dealerships,
restaurants and retail stores. The closest water body is Springbrook Creek located
"" approximately 3,100 feet west.
4. Critical Areas
usw
There are no critical areas located in or around the project site which is in an area of the City
zoned commercial and residential.
ow
Once runoff leaves the onsite drainage system, it continues downstream in a closed storm pipe
t'
in SW 7Street approximately 3,100 feet to Springbrook Creek.
wr
fir
5. Soils
wr
The soil beneath the site consists of loose, soft alluvial soils below the groundwater table.
These soils include compressible clays, silts and peat in addition to sands and gravels
O containing occasional cobbles. Logs or other wooden debris may also be present.
6. Erosion and Sedimentation BMPs
In accordance with the City of Renton's Erosion Control standards and the Department of
Ecology's Stormwater Management Manual for Western Washington (August 2001), BMPs
will be implemented to mitigate the adverse affects of erosion. Proposed BMPs used on this
project include but are not limited to those shown below. It is noted that the Contractor will
be required to submit a detailed TESC Plan for review and approval by the City. The plan
■+ will spell out the quantity and location of the BMPs in greater detail.
Temporary erosion and sediment control measures shall be installed prior to any construction
activity. The Contractor shall be responsible for phasing of temporary control during
construction so that they are coordinated with the staging of construction activities. A TESC
supervisor shall be designated by the Contractor, whose name and phone number shall be
'/" given to the Engineer at the Preconstruction Conference.
Proposed BMPs used on this project include but are not limited to those shown below. . The
Contractor will be required to implement a base level at a minimum. If the base level does
not provide sufficient protection, the City can require increased effort to achieve adequate
protection and maintain permit compliance.
tar
BMPs for Base Level
1. Clearly labeling the clearing limits with 42-inch-high orange safety fence(Exxon
Safety/Barrier fence, Tenax Beacon, or equal). This fencing will not be needed in
areas where silt fencing is used.
2. Using temporary silt fencing around the staging/stockpile areas and other cleared
areas if feasible to do so.
imp 3. Using Visqueen plastic (minimum 6 mil)to cover stockpiles items when not in use.
The Visqueen shall be held down by a minimum of 10 lb sandbags placed every 15
feet along the edge and across the pile.
two 4. Providing storm drain inlet protection for catch basins and inlets to prevent
sediment-laden runoff from entering the storm drain system.
as 5. Keeping paved roads clean, by constructing temporary rock construction entrances
for pervious staging areas to prevent the tracking of sediment onto off-site roadways
and by sweeping tracked sediment from the roadways(as necessary).
""' 6. Provide for the cleaning of all surfaced roadways as a result of the execution of the
work of this project. Flushing shall not be used. Vacuum type sweepers are
required.
7. Where feasible, no more than 100 feet of trench shall be open at one time
00
r..
.r.
8. The Contractor shall be responsible for ensuring that precautions are taken to
prevent any cement concrete or by-products, asphalt concrete or byproducts, or any
discharge from saw cutting are discharged into any storm drain or surface water
system.
""' 9. Teatment of dewatered groundwater from the construction trench
The Contractor will be required to ensure that all dewatered groundwater from
,,,, construction trench being discharged to the storm system meets State Water Quality
standards. If ground water discharge exceeds 5 NTUs above background level,the
contractor will be required to treat groundwater prior to discharge. Method of treatment
,w. must be approved by the City prior to use.
7. Construction Sequence
A preliminary construction sequence was developed and included in the bid document. The
preliminary construction sequence provides a conceptual approach to the construction
activities required by this project. The Contractor will be required to submit a more detailed
construction schedule. A generalized sequence for implementing on-site BMPs is as follows:
• Hold Pre-construction meeting
• Post sign designating TESC Supervisor
• Establish on-site erosion and sediment control BMPs
+ ►
• Establish Surface Water Controls—Dewatering and bypass system BMPs
• Maintain BM's during course of project construction
• Make adjustments as necessary to BMPs as determined in the field
• Upon completion of project stabilize all disturbed areas and remove BMPs
7. Permanent Stabilization
so
The project includes seeding of all existing grass areas that are disturbed during construction.
9. Maintenance
Maintenance for stormwater control will be necessary for the temporary erosion and sediment
or control system as well as the permanent drainage system.
For the temporary erosion and sediment control, the Contractor will be required to clean and
so maintain catch basin sedimentation inserts,plastic covering for stock piles, and bypass and
dewatering systems regularly. Catch basins inserts shall be replaced if damaged or filled with
sediment. Plastic sheets protecting stockpiles shall be replaced if torn. Inspection of these
control measures will be required daily.
10. Calculations
Calculations are required to show that bypass and dewatering pipes and pumps are sized to
convey design flows. Anticipated dewatering and bypass flows are provided in the bid
document.
w.
low
11. Non Erosion and Sediment Control Management Practices Required
+Mr
Pesticide Control
r. No chemical herbicides will be allowed in seeding areas, with the exception of the use
of glyphosate ("Roundup"or approved equivalent)for selective clearing of weed species as
listed above, and as directed by the engineer.
Equipment Washing
+e Washout from a concrete trucks should be disposed of into a designated area or where
the concrete wash can harden,be broken up, and then hauled for disposal at a location which
is not subject to surface water runoff, and more than 100 feet away from a storm drain, open
+W ditch, or receiving water.
Petroleum and Chemical Products
All vehicle maintenance and fueling shall be performed in areas that are located away
from drainage courses.
r.r
Petroleum and chemical products shall be stored in locked weather resistant sheds that
are located away from drainage courses. The sheds shall be monitored regularly for leaks and
repaired as necessary. Workers shall be instructed in proper storage and handling of
materials.
"" Information for procedures in case of spills shall be provided by the Contractor. The
Contractor shall have persons trained in handling spills and shall be on-site or on-call at all
times. The construction contractor is required to prepare and submit to the City a Spill
"" Prevention, Control, and Countermeasures Plan (see Section 1-07.15)that will outline
responsive actions in the event of a spill.
Materials for cleaning spills shall be kept on-site and easily available. Spills should be
cleaned up immediately and the contaminated material disposed of properly.
sir Nutrient Application and Control
Great care shall be taken to keep fertilizers out of waterways. Fertilizers shall be
"""� phosphorus free.
tai
0 top
King County
Wastewater Treatment Division
or Industrial Waste Program
Department of Natural Resources and Parks
130 Nickerson Street, Suite 200
Seattle,WA 98109-1658
+ 206-263-3000
RECEIVE '
206-263-3001 Fax
FEB 212Q°4
WE February 25, 2004 flu cm(OF roN
TE
Allen Quynn
t}T'Liv SYSMS
Surface Water Utility
City of Renton
1055 South Grady Way
Renton,WA 98055
Authorization 10470-01 to Discharge to the Sanitary Sewer
-. Dear Mr. Quynn:
The King County Industrial Waste Program has reviewed your request to discharge wastewater
from the SW 7`h Street Storm Drainage Improvement Project located along SW 7th Street,
between Lind Avenue SW&Morris Avenue SW in Renton, to the sanitary sewer. In
accordance with King County Code 28.84.060 (enclosed), King County grants approval for the
discharge of up to 100,000 gallons per day(gpd) from April 15, 2004 through October 31,
2004,provided that:
• Approval from City of Renton is received before discharge to allow for permitting of a
,,• connection to the sanitary sewer and assessment of sewer charges. Please call
David Christensen, (425) 430-7212, to obtain required approval; and
• The discharge limitations, special conditions,monitoring and reporting requirements listed
below are met.
Discharge Limitations
`. Maximum daily discharge volume— 100,000 gallons per day (*)
Maximum discharge rate(gpm)— To be determined by City of Renton sewer utility
Settleable solids (by Imhoff cone) - 7 ml/L
New
(*) See special condition No. 1 below
There shall be no odor of solvent, gasoline, or hydrogen sulfide(rotten egg odor), oil sheen,
unusual color, or visible turbidity. The discharge must remain translucent. If any of the
discharge limits are exceeded,you must stop discharging and notify the King County
Industrial Waste Program at(206)263-3000.
+•• %* CLEAN WATER - A SOUND INVESTMENT ®,
Allen Quynn
February 25,2004
Page 2
a
Special Conditions
1. The maximum permitted daily discharge volume is 100,000 gallons per day(gpd). City of
Renton Surface Water Utility has indicated that there may be a short-term need to discharge
at a daily discharge rate of up to 400,000 gallons per day. Short-term daily discharge
volume of up to 400,000 gallons per day is permitted provided that the City of Renton
sewer Utility and King County Industrial Waste are notified and that verbal approval is
granted. This notification should include:
• Anticipated daily discharge rate(not to exceed 400,000 gpd);
• Duration during which you anticipate to discharge at a greater than 100,000 gpd daily
discharge rate; and
• Discharge location.
2. The discharge shall not cause hydraulic overloading conditions of the sewerage conveyance a
system. During periods of peak hydraulic loading,King County and City of Renton
representatives reserve the authority to request that discharge to the sewer be stopped.
a
3. This document permits the discharge of limited amounts of construction dewatering from
the construction site into the sanitary sewer. Wastes or contaminants from sources other
than permitted herein shall not be discharged to the sanitary sewer without prior approval
from King County's Industrial Waste Program.
4. The contractor shall take all reasonable steps to minimize the amount of solids discharged
to the sanitary sewer system. As a minimum precaution, the wastewater must be pumped to
settling tanks prior to entering the sewer system.
5. The City of Renton has applied for a NPDES General Permit to discharge construction
dewatering from this project to local surface waters. It is King County's expectation that
construction dewatering from this site will be discharged to surface waters when possible
(upon receipt of NPDES permit&indication that water quality meets required discharge
conditions).
Monitoring Requirements
a
The following self-monitoring requirements shall be met for this discharge authorization:
Parameter Frequency Sample Type/Method
Discharge Volume Daily Pump Estimate
Settleable solids Daily Grab/Imhoff Cone(*)
(*) In accordance with the American Public Health Association, Standard Methods for the a
Examination of Water and Wastewater, 16th edition, the settleable solids field test by Imhoff
cone must be performed as follows:
• Fill cone to one-liter mark with well-mixed sample
• Allow 45 minutes to settle
• Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer ta
• Record volume of settleable matter in the cone as mL/L
a
too Allen Quynn
February 25, 2004
Page 3
Reporting Requirements
Monthly King County self-monitoring reports (form provided) shall be filed with Industrial
Waste no later than the 15`h day of the time period following the sample collection (i.e., the
"" 15th day of the following month for monthly, weekly, daily samples). If no discharge takes
place during any monitoring period, it shall be noted on the report. The first and last reports
are due May 15, 2004 and November 15, 2004, respectively.
If you propose to substantially increase the volume of your discharge or change the type and
quantities of substances discharged,you must submit a new waste discharge permit application
to King County.
Chapter 28.84 of the King County Code—Water Pollution Abatement sanctions a fee for each
letter of discharge authorization(LDA)issued by the Department of Natural Resources and
Parks. The fee for issuance of an LDA in 2004 is $125. You will be sent an invoice for this
amount.
,,, If you have any questions about this authorization, or other questions about your discharge,
please call me at(206)263-3012.
Sincerely,
ger
Arnaud Girard
Investigator
„ „ Industrial Waste Program
Enclosure
cc: David Christensen, City of Renton
Doug Hilderbrand, King County
ay
Idarenton2.doc
IP
wr
irr
NW
K K w W N N N N N N N N N N c0 oD V •O tJi A W N Sample Date D o
7 O O co op V 0) CT A W N 0 CO Co V 0) CA A W N -+ 0 (circle) 0.0 01. O
Sample Type 0 N = i—i
co C
(Composite) p 'p gt
(( D ID Q'BC(batch) n S = Z 1114 to
3
x en
y 11°
K rt cb
VD
e)
Po Po R �
0 0 C t'�
m m
O
Settleable O. ? .v `C
Solids(mt/L) ? E• C
m 1
to
S o
C
a K ile
-
N b
° ?. 7d fib
co eb
n "Z7
'
old 0
Do Nil
Ti,
e)
HI
H
da
K
co
X
3 o o 0 VA
R. r• o K
,t• o D 0
O
o O la
6)o m ai `, K
E-Z m $
O 3 o<<1 N o
N
0 -. T all
R a
CD
0= Su0=
= x Z e°
'R
1 W fD (7 0 t
s: a o m c
rc Po 8Z NDo3
0 il0 3 rnm3 -a ca co 0)
o C o�m �,
o , at
I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in p 0 _coal
N NV
accordance with a system designed to assure that qualified personnel properly gather and evaluate the information m
el
m
submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly w O D o -.
responsible for gathering the information,the information submitted is,to the best of my knowledge and belief,true, < X m s.of
accurate,and complete. I am aware that there are significant penalties for submitting false information,including the N N m
possibility of fine and imprisonment for knowing violations. I further certify that all data requiring a laboratory analysis
0 00 ii
were analyzed by a Washington State Department of Ecology accredited laboratory for each parameter tested. = N
a w x;
v oSignature of Principal Executive or Authorized Agent Date Li) IN
tti
0
I
I
I
TRAFFIC CONTROL INFORMATION
INCLUDING SAMPLE PLANS AND DETOUR SIGN LOCATIONS
TRAFFICCOV.DOC\
CITY OF RENTON
TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL. DATE:
ADDRESS: PERMIT #:
PHONE #: ( )
CONSTRUCTION SUPERINTENDENT: MOB./CEL. 0: ( )
PROJECT NAME: FAX f: ( )
PROJECT LOCATION: N/E/S/W OF:
WORK TIME: APPROVED BY:
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 253-852-2121 (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 CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE.
4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK.
5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6) ANY VEHICLE AND/OR EQUIPMENT 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 CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT.
COMMENTS:
SKETCH
—NORTH-
i
have been informed of my responsibilities for traffic control and
OFFICE COPY r-
a
agree to comply with all traffic regulations of the City of Renton.
INSPECTOR g p y g y INSPECTOR K. KITTRICK/
SIGNATURE: DATE: POLICE FLOYD ELDRIDGE
' FIRE JIM GRAY/STA. x{11
C\TRAFFIC OPERATIONS\TCP\CTRIPEN3
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.
a
I certify I am responsible for the project and the responsible party to be cited for violation of
R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other
applicable State and City codes.
NAME:
a
D.O.B.: SS#:
HOME ADDRESS:
a
WORK ADDRESS:
1
WORK PHONE: HOME PHONE: I
COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR:
WASHINGTON STATE DRIVERS LICENSE NUMBER:
h:\division.s\transpor.tat\operatio\traf-con\fines I
I
I
I
I
a _
y��,�, /`i• t g `1k '• 0
. • N.." :1'v J
t O W■. ` W y'� W Z til G. a . d Z C to la+ Y W. _,•
"`r ., ` �• • �� Q W C
• 0 .1 0
G. w
B
. U
Ci l�!
11.1 »� ` . i ..s.s1 •••• r c `4 CI La a om
co
r ' ! •� ` Q �i Q ern
Q � Z
fG • 1+ U W
�"" Q C1) v W z _ °"�� z Wct anc
t.1.. ( V O O O O -- 0 J
Q
aD fjtt ` td
td a o
._; Q <.. 1511 Y S'� +r..O U W
i??• V ` �iM :.\ W =
> 0
Z 1 Q
CD 1 O
›— l ' u 5- X - a O n' •
I Z a C: X -11.•4-tli
f v� 4 O W o I� _ ��
v
WI 1G � a ON . a' CO Cc •••`c a u.
ft O 4 N X 'W .. x ' U m=+-.
f. O O _ ■ p : ■ O W .•:i•'rti� ..7 ti ?' F)p J
. = J m :• •y W 4 ' 0u.
a. U 4 ? J •:s• ,�x-• 3. • ■ 2 V 4 Q X O C
J ., 4 O C O
+� m Q is m 2�-� 7•'� —
• W V ..La
• �� 2 r,. 1. •
Ui U ■ d' fir. ¢J ,�_•• � y •
O aC. O W O a 'r OJ NOi+- s'h'a . m
J4r. x J W 4• X=c•a 4 J O ' Q 4 J r J •
O < .O O m m
CZ O Y
.ae-- m J = ttl .'f.`5� . t7•
JJ ■ co ■ 4 y 1"'. • .(
W ° W a m Q-
C, U 5�- •• L; m CC J
• CC a U ° •r0 0 4 X ¢W O D Z0_i XOu.
'- O ta. i +W
• W M W Q cc W Xa 4 w • Z W W Y- • QW : �ti:. �Od•
• x J vi m2 J 4 m cc 2 f0 5 tX
CC Jo u o`
U r m
li
/- 3
1
z
L a
°' N
4• N J
r
4- . • `
1 G 7 v nn
• T O D C L O
4- N 0 01 O
t W v C i- w z a. E U ti
M ° o Q r Z
: jj E W o v, oo w G Ul 4- 2a Nt W a Ll o C C- 7 w n p
.- W 0 = r J 0
c.E
°
Cl_N 4- al W E - O p '> O> Z W N
C L > O a CUO
O W 0 U O w O O TC °a O c4 S cg 0 C W L W a,CC • - W 4, v N C L O
t OD t L w. L: 7 U < 0 N < C.,. a< Z ]
aC I O 7 W m O 7 F- 0 O hL � �J 1 N C- 0 •- w 04- N a, ut v O }L p W>- a D o _ V 0
L - 3 w W -DD - • w . w, 0 ° On5{ r W Q a W t C W O V � 4- , 'A o n
0 D' 0 0- - - U W 0 LL 4- n N - n 0 n 7_' a Z n z 0' t C - - 0 0: - 1--0 E O W a a O w•- i- G -+-O] O O W m 7 0 . - 4-
C U a,t C F W 0 (n m L LA O. LL u
4- W 04 W > 41 W N C N W U '/+
C-- L >D N - > 7 U '^
C4 O w •- L 7 W U w 0 Ui CO L L V1 W a. ‘4'
(
L -o W L-- U 0 N W CO LS Cr
0 ED 4- W- O.C W 0 - •F-
E O C C 4-4- 0 0 0 1- - 4- E-+ <t
L 0 i- 34-C -t J,.0 C X 7 70 - '
O 4- O .0 7w W w . r- 0' 0' a_ — 00 a - ---
4- 0 .0 D -.- _ _ M n NJ
W L 4- 0 0 V •C U1 S 0 0 w p
V - W L 0 4- W•- (A L v 1- a
W .0 C• 0 L.0 E i-t L °y 4- N - i
'0 - 01 4- W O > 7 0 O 0 W
• N O w > E O+ n c m Q O
O >4- E = W•L 4- C - W N _ N CO _ N
0. w 0 UU) • 0 3 0 E 0.--- 0 3 0
•- 3 W•- L C > t
W 4- W -G 0 t - - W v O v
.0 0 G .0 Wt TV CD W as <
W W t 0 > CO) L C O a o W La
cc- L w F- L W w 3 C. 0 N s <
0 ° 3 -
ill O L a- 7 3 C 0 i 3 4.
C . L 4- 00Ut- 0+N W <°i o
w L W W 0 3 4- 3 0 C-- w • _)0 W C
°3t C ° C • W �S o `
w 0 4- O. C W N
u a
t O • W L 0 in L C > L'
C L C W W - - 7 0 W O -
i O+ L -0 0" '4-D W D O L -
- -"0 - W 4- C U W G ac _
t W t w 7 T W C- T.0 L L C o
C w O m O O U U W O m 0 \ -\- 1
O W 7 W C E E+-•- 0 z G 3 ' .a z
O L O+ W O w G W 0 t O 4., o
4- W•- ._ W t L•- W F 0 --w _ N a Y N
•
a > I
41 al Cr o a
0 m 4_0 0 C ¢
a.
O ( w
O C
N u L.
ar
3 -\. vV 0 O O A UO n.- '0 M G N
m
-Sr L
0 Se
w
W Q
m = 1 S 2
` `X S S Z
is.''',... • 4,
u at
0 v, o 0
1 0 .n to Lc) In C
OS a a 'n v tn <" p
a(l -
LA
•
0 S p O U W w U
e T h
I
O � \ ' n r� � O T U W W-W R w
4)0 3 0 LoC}p .w L +- D O
S `
3 O`U+ aC a Vl C'0 O U—
O
>y� Q,,,(, ° W — c cv0,1 L m
p U,L O O O•- - C•_
rd. L D Duvw c
�x 7 L L W C•-
/ '..w CC 7 7 a:0 0
0 C
x OOS 00! • G U O
Os • w = I
°°° > W
.°° \ r O O O
LL ° W 4-°3
•
� o
�z - O
__,,� t 3 >
O w ( N 0 G 0
p * 0 ZN 1-°- W W -G .
a L,la Q
c 0 / '(O CO X CO ° u " - C q•
N �( ti o ' 'n o a 0 ' •-
W U 0 T
0 dU vl ea a 1 - 3 O' ■
t\I S' - - w a ■ •a t °
J r 0
. 1
Z
N Q 0
N
N
_1
r
a
V 1
vN a- Q
•
CD t_ O
N._ C poll i - CC
77 CJ
Cr a
c N
NOS ^
0 N^ O ( =vI'
i o LL
J Q N Z i-= 2
OD+ WR a 0 O O =0y O a . l- Q
-p'p Zvl �O a.a ZO
L'-- W U o a M Cr
N N
� 1:1-.."-1 •
>o0 O FY
0 Q
4-0 U <o
Loa > O $ p N 2 t CD
NON /--..1
o o a Z
J N N 0 0 0 N Q 1••l-' 0 a
I-
�m_ a =N (./)(./)
W CC 3
O • I-
Z
0
1
0.
"1".. i
--_ -
O 1[ O W _
W - -I - - T
O O R
- N CC 2
—_
+' '
°
P 0 +r w 0 01 o
N v
O uJ l an .n
N I I O N? O O
t n° N M O N W W
L 2 L X 0
W I I V • 0 u
J
Z Q O
C
0
Z co x S 2 2 a v ul a,< O 0 F Q. o CL-J 41 N y 2 ?- � T V= I N a O O In O
O N P 0,.- < U N o to O O _
V u I
_ a tO In V M Z
N N M
CC Q N \ \ \ \ W v O
O In In vl vl J q) In •n v .o
O I I N __ V M N , O N O
X Q. co N M N N N W N
W O
N a CL O to O O. >
3 U N N N Q ,, In .a as v fx
a v ° i- N F
In T C N N L a N
0
T _ T ~ O 0 v a a a 7 N 0 -. N
T O 0 L L O C H
TN K a In C N - Z C'
O N a 7'- L.1-
2N C CvmL N o t.
0 ° wL 0 0 0.- 4 2 Cv N O — v
X ° N a L D JD N v N °•-4-
L x 7 L L N C•- '�3,...
O I I u W cc O O0- 00 .-
_ L 0
J O O
•
N c
1.1.. I I C
U
O O
p m
® a
of I p-
-J
O ,
C _ 1 '^ CO LO
Cv
t 0 •c C O N
c:„.0_ 0
—a—0 co I I ° v a' c - ti cvil
• LN
. O C L ® In C ,O o E
O
LO to M .4_ a U' L N
a t — , I o N N O C
O •awl_. r� N 0 °0 9_C
a C O
L L v-Q ut O a L C °C- 0
a ml� ra u
a P a c°� a 'f'� 0L
L Q a a O O = o 0 0 �0 ''L
O W\ I I O P - 0 i-- L 0;
Al N
�Q\ w L O tY a c C N
�
3 �,
g4- O \ LL N In N NO ._ N Or ap
O M N a °3
\ J O
0.17)
V VI l N v
Nvc [ 1:., I °° CO o In .-- a E o
L N j M co N In N al O F L ^
q V 0
N3 O o I i > J TN
L� +r O o N N 1-L-m L O+ Q vv `
L O y,• aJ Q a Ni 0 r
E - - Cv
o Oo I S 7 J O —O C O
d CO 00 u N C N
E u O 0 C a +-C
v L C 0- CO Q 0 d
u2
Z Q5':: O -T - T I v F-• L
a a 0 N VV-
v N O c a
V
a D
0 0
V
¢ co 0—
W 0 O°
V Q ii W a 0 TC
/1
N l-O
0
I
z =
- - 2 00 J `
I-- ° � „o
N N- O W co r 4"
1 :! b-
U1C a) O E� o o a w N o w o f oo Q o. N/� L-L == Q ^
Ot L - O] = V r c .n F- a Q ry Q n W r F'/ 1— N c) ll
O a
O 3 o 4l U H ° 0 Coo r a - oo ©n> Z I--i =
4- L 4) C = No N N as n _ W v _O N „O rJ O 4... = Q
T 4) V) 0 W
L - > t J v r W LL N N z a w.-• Cl
\ 0 Y 41.- • O N N N O J O Q f.J O Q
'4l • L en W O N m m n m.V. !t r r 0 w
C 4- 0 7 a a_o t^ m x rm to to U o
O O U 3 4) Q tO .n w a.J a= • en ¢ Z
fN- C } ° C d z p S Ir �8 Q <S Li_ 10- < Q
L o c 4) _ 5 ^ ^ ^ - &H 1.,. = h-
01•- O .0 co 244 J�
°,t.• ._ 0 - 4-
C 4- U 3 �—
- - - - -
- O v U - n _
C N - r
CD
L - 0 4) .
3 O y- .0 L
> 4) _ - _ _ !- < a
U U W L ._ u w Z a _..
C,O a > 4- U b.,. .. ., •• a °m o o
- 4- V) L 4- 4) x Nat 0 o N V -o m
L 4) 7 L _¢¢ r, _ ,--
v) I, C 4- .0 W o6w
O 4) 4) 4- L
- 41 .0 O 4- O m = = = x a
W W 7 3 m •-•4- F o i i y- Z N a ,..
w to o n
O W 0
I- v n. .ten .`n ■ L) ¢
Z •--• N M co O. v n N •
(J '^ ° > < X
a NF W I-
0-
in _ F
w a
z Y _, to - Z
f. .- N
-0> ow W iC) N Y
N < < FY Q Z
• N ¢ a NV, J t,o d v N` M U
O 24.1 J z ZO Z s -
cc w¢ ` • _ N Nry Y, 0 >
m CO V,u a¢x CC La. 4_w ¢> >¢m = ¢
u
rn
C
v
-- 2
o
_ 4) u
[L o) t0 0
. }O Z o .,
_ V O C
< V 1 4 a
^ W Il in
N N
L V C
•3 _N N
3
w
O O
CI Nc o o O W'3 0 W
;J
D
$~
L 0_
4) O
L C
4) O
4- 0
4 0
7 4)
CO 13
o
NI 1 1Z 1 I x I x I x 4'
r00� O T
—I . ° d C
a o( v -.n \ -__ L
• - kt
— _. .-.-C 0---. .—. O—Y > C 1 ,
LA- 3 •- -
III G CC N •-
O -
0 Cr - 7
Z a _, E
- a
J C
o
_" W -, O
•
Z w 4-
a) a 7 O
a x 0 0
° O cJ w •_
4- W = t/) -
a O...■,,, 1Q,
a C W LN O O O Z U N D I 0 C Z U
o` V) 4) O O •-
L CD a co
■�N 3 L ° > T c
> O O 3 U
4) L a
L N J
L
L O O
O +-
I
XI O_ _O ti
O
1 � O O a- 41)<O 303 . _ z r7
0 i i 0 0 II
v O cF,r ji
N N ■
v 3 it r o " di I
3 o c $ +i cn
v
• • • I --„
v } .
I • • - _�
3 I . r Z..
s • r I Z
• I
Z z
a
I-
�`rn III
■
I- •
LLJ \: i
ct
Q \• s z
■ �o
Z O i` • : -INi
vi 0 ' _
w 1-Z w F= pc,
,
mOQ m n<
"' lO
J V)a J Q Z - * N N •
mod' �w J # N I
t o
Z\Z Zw N N
Q ZO Qtx-
0_ 0 0 0 s • iraarts
I-1- .411
O I-LL O • 'M-S 'and GNI]
1— Lt 1—O m
0 0~ O w m ��Ilr"'arTi�a lt
O O 0 0 .:U0Q O-> N S '' V
(n Q Q Q m r i 1
wch QI- ty Dd # o O N
O I- m(n F-(n Q . : '1-'-li 3 a loO _
Z c\i ve '
3
NivvgN11c- 1\o►ezo\uow.a\:n
\
IF z §o ii / § §§ y |
gQ ƒ\ 0 § 2� \ai
\ � G | § ® \ §s
&� } . . &a � §§
\
§ g77 \ ` %§1 (U ■
§ fatanwie\ , \ �¥
` ±±VHS
,� •,,,, T .•" :
OW \ . « 3n
<m i . ! | X§
ii � ( ■ 32
_ J. ' , • z
. . I my
m N . | ]O
. I
• a
U) | •
|∎ , • ,
I . . l
. 1
Y • ; I
. ■
•• I
§
•▪ $
5 i } ••
\
I II
5 \ tig | •• \
� • © ' • a
/ // /// • I
_I (/) /«f7 §
*�
° ® I®
� // $$/ Ji � � - T
�z @
\ // /Ig %y / I
® ® E// ` :mot .
» \c O0 I
/ mac \/� ,
/ f/ /zE . § . � .
oGC 0E\ k • �
D CL
0 < o�> � $ ��
%ƒ // �3/ a
/\ /\ 1-/\ �% 6
0 . . ♦
z2 3
\ 4.
E•o_amzo\_-#»
iii( .ia
Apt
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
pgg •- .mow `I i /f
I iii ,• %*
r
iii 1 `:
NNW —fit RD. s �;'-,
� x
,� .,.., �! iq; _�.._;_f '1 - ): -i .., _ \ J x v..,a•.1:3'
p,°`J y b4 • +1
gq,, ..
Jii
Lail l�.
qtly - '. u r`� !-:-. 3-, L, I q'
i t tl it �a
res.••ff , • t
s :, ,
Iiii ,
- a '?4R 141 '0:g■ it& '
..
f..-.,., ?4i,„,
0 Q
;I
A °7
N �
p
- r• � � MS yiY _
illO
j - ONI1
d
'
iP .t e, - i M "co d'Nr d n in in st 7
..,,it.mt, ,17,,,,,..iiji......t.lis: ,LuLL J. . i ;or; 1 ot...iu je‘ Li J. )1 cnou j,i, „ — "°
It
/ O 0 < I— --: MS�� 3AY TBMOd ♦ I,
, '�` W ,`
A
>..
f Q I W..
Cl) Z _I
—
MR( c ,
U.
•O_ 3' {t aye s ir
wilk WO#5389-A
SW 7TH ST. STORM DRAINAGE IMPROVEMENT PROJECT- PHASE I DATE: 02/24/04
ONLY ONE LANE OPEN /ADVANCE WARNING SIGNS SHEET: 1.0
A 111111111111111111111 r
kiwi Via
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
V „ram r
'�
As IN ' . • - V r
Dom . —ig �: ` . Ea o $ ..
,Y
cy.
...„..„
-
1 ..- r r y - ii
"Is " 114 e1
- I
1 _, •111 r1 ,J l I J J
as _ 3Atl
"r,i� ,may_ - Y ' ' r-.��,• �:C.
& 5:. Ire MO UT,' .. , „ .,. y
}a 9 6
,1
VOW
.. ilia .,b,. i ,., _.
r ' -'. 8 1
Fpv :. S 3AV )g111!VHS t
!'�,,i ice"l '' :, r ( ,t
b ,
L
N ,
,' f , ., i
. iii i
J y,. .0 .„ , r, '. 1 ,' chi bit '
1
wr ,. �a, - .....,..„, b� I, .
,„...
J r
. ,-,,,,, \,,, , , _
j ..__
i
- P 4 i �1',
" ' ter.° � i •<d.. ` t.��,. 11.—s•� }�y�1'.G�':.
M .r ; MS , 3AV UN1
k U., _ ■
.'._ PO (0 '-.' -��51(t) :� ; f,
, �
•
%s> • 'h,':- �
•+ , , < I e _
vau (T), O 0 I „,..', . .- •-•, ' __21.--- . #-,iiiiks , •,.- '-'--e-w, . ,.1 I NI
w';` �r$., . W I1I v 7 3Atl A i
o O
): t;; ~ I ' �� 1 d 4 ft`Q Q W ?'' yr - `
'4'''•''' ' I— Q W I -,t 21,;
• 1 W Z Q fir.
: I ,: o W
CC
WO#5389-81
MY9
SW 7TH ST. STORM DRAINAGE IMPROVEMENT PROJECT- PHASE I DATE: 02/25/04
ONE LANE OPEN EACH DIRECTION /ADVANCE WARNING SIGNS SHEET: 2.0
CITY OF RENTON
..if
p*a
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
_III___ x
1 asz :`+., r.
/ 3AV 5.1-3.A
,
JF3 =,1 P I 1; A -rb r A
_.� SWVIIIIM` - _ _I -jit r
. L.fic�c R Ro. S - ,
Alor .,
5 env
ak .- ,S i 3AVaeHliws._�" j: -.�.,, ' -r `.
la
II d smKw �y '
7 c,2 -,_ - _ .. S 3AV H150M_IHM .._ __. - f'^'S� 4
r r'
A ., - - S F SAP 80PLbHS r..
Cs i -
1
«
7 01
1
s
N ;i
'ir,a - spay'
0
ou ,+
11!•11
0 __
a 4 r ,,� ~ - Y /'/ft 3 t' XtA - '�
r Ljtr
d
MS 3AV
`
tr - -
� dill teaia«.
y r<
Y
ss;
C j
' +7(o d',r cr n�n rin st i M 1 -
1 f ,
(/[
ail '',,,,,,,*/
O Z I _ Ill qC Y11 fi ~ ' pi
E�4 ' r �I— Q! I ;•. •
,, MS 3Av naMOd.
iti , .,� "r > W V W 4 !'.cc ti * LU ��.
V. Ott
1� i-
o a
! '
z
if t -
L
- .. ,0 it
e
WO#5389-82
Arr
SW 7TH ST. STORM DRAINAGE IMPROVEMENT PROJECT- PHASE I DATE: 02/25/04
ONLY ONE LANE OPEN /ADVANCE WARNING SIGNS SHEET: 3.0
...,..,..
.......„,...„.„.„,,„
*
/-.
-,
.. ,
,
• -;`,;.'
„..
.,
444
4 ,
•; '•- '4-
. ,
...-.4"
444
4,4
-• 4,,,,,,
.,
, -...
----
„rt
, - -,
' • -- ,,
IS 4 VAR AN
,,, ,
, „
„...- .
. ..... . „..
., .-
., - "--, _
.--a - =
,
. ...
------ ----- ,....... ,...,„ ...
*,'...
,,,,...
..,,.
.... -, * , .
* ' ' 0
_
.,...„.,„ ....,
.. . *
_
. .
40- '
4
I
. ,, , „ ._ „, .„, •,
.. ,, .
. .
, .
*
.„.....-.
!..
..: .
. .
•
,,.;,,
, . .
, . ',',.. :_::
.,....„.__, ... _ '
40„,„
',
111 ' ,, _,
,,...' OISE VARIANCECOV.DOC\ .-T.''.-----------: , e . 0 lira
4.10',.
' '..'_ .....,
I .,','
CITY OF RENTON
.lt Planning/Building/PublicWorks Department
Kathy Keolker-Wheeler, Mayor Gregg Zimmerman P.E.,Administrator
rrr
January 8,2004
Attn: Allen Quynn
'i. Renton Surface Water Utility
1055 South Grady Way
Renton,WA 98055
q..
SUBJECT: NOISE VARIANCE REQUEST
CITY OF RENTON UTILITY SYSTEMS DIVISION
SW 7TH STREET DRAINAGE IMPROVEMENT PROJECT,PHASE II
SW 7TH STREET(BETWEEN LIND AVE SW AND RAINIER AVE S)
Dear Mr.Quynn:
die
A Public Meeting was held on Wednesday,January 8,2004, in order to hear public input and
subsequently render a decision regarding your noise variance request. The Board of Public
Works made the following determination:
To approve a 110 night(maximum)noise variance to the Noise Ordinance for the City of
w• Renton Utility Systems project to replace approximately 3,000 lineal feet of storm water pipe
on SW 7th Street, beginning March 15th and to end no later than September 30th,2004. This
approval is subject to the following Mitigation Measures:
1. Lighting used for nighttime work shall be directed away from oncoming traffic and
residences or shielded.
sir
2. All haul vehicles shall have rubber bed liners to reduce noise impact.
3. All backup warning devices employed shall be the least obtrusive ambient sensitive type
°11 or the contractors may use a backup observer in lieu of backup warning devices as
allowed by WAC Chapter 296-155-610(2)(e).
+r• 4. The applicant shall provide training of noise mitigation measures to all inspectors and
contractors. The contractor shall have an acoustics expert/inspector,aware of mitigation
measures,onsite at all times to ensure immediate enforcement action of said measures.
rIr
5. After two substantiated continuing complaints within the area of work are received and
reviewed by staff, applicant shall perform noise measures in sleeping quarters or at
property line of affected residents. If noise levels are above allowed threshold, applicant
shall provide additional mitigation measures such as, but not limited to shielding of noise
source, reducing use of certain equipment, or providing motel accommodations.
6. A 24-hour complaint phone number as well as a list of designated contact persons shall
be provided to register complaints or voice concerns.
H:\ttie Sys\BYW-1 UJJ JoUtt�rao4sWay Ol-ent`On`' agOlgt°onn\y2SUJJ duty Noise Variance LetterRcoE N T 0 N
h AHEAD OF THE CURVE
�.? This paper contains 50%recycled material,30%post consumer
January 8,2004
Page 2
7. The contractor shall notify affected residents identified in the City of Renton application
about the nighttime work at least(7)seven calendar days in advance of initiating
nighttime work.
8. Any unwanted material shall be removed by sweeping. No scraping type equipment shall
be used.
9. The requested time frame to perform work shall be at night from March 15t to
September 30th,2004.
As per Ordinance 4521, Section 4-34-14,you have fifteen(15)days from today's date to appeal
the Board's decision. Appeals are to be filed in writing,with the City Clerk and require a filing
fee of$75.00.
An approved copy of the Minutes will be sent to all parties of interest upon their approval. If you
have any questions,please do not hesitate to contact Juliana Sitthidet,Board Coordinator,at(425)
111
430-7278.
Sincerely,
��- tiV
1
Crystal McMeans,Recording Secretary
Board of Public Works
cc: Juliana Sitthidet,Board Coordinator
Board of Public Works Members
Mayor Kathy Keolker-Wheeler
City Council Members
a
a
a
\\DAEDALUS\SYS2\SHARED\File Sys\BPW-Board of Public Works\BPW-03-Variance Applications\SW 7th Utility Noise
Variance Letter.doc\cor
a
SEQUENCE OF CONSTRUCTION
e
CONSTRUCTIONSEQCOV.DOC\
kom
• City of Renton—SW 7th Street Projected Construction sequence
Night Work Main-Line Pipe Construction
1. Set-up project site (Complete during permitted daylight working hours)
a. Potholing
b. Survey existing curb line where applicable
c. Establish survey baseline
d. Prepare staging area
2. Connect to existing manhole at Lind Avenue S.W.
3. Work east towards Hardie Avenue S.W.
a. Utilize existing 54- and 24-inch storm pipes for bypass flows
b. Stop work at CB No. 27
c. Complete lateral storm systems,asphalt repairs, and temporarily stripe
street.
4. Relocate 2-inch gas line within Hardie Avenue S.W. intersection. Work may be
scheduled at any point up to commencement of the storm, sewer, and other work
within the intersection.
5. Install sanitary sewer and storm systems at Hardie Avenue S.W. intersection.
a. Install temporary traffic signalization while traffic loops out of service
b. Bypass storm flow from east to CB No. 27
c. Bypass sewer flows from south of intersection to SSMH 5319-175
d. Plug upstream end of SSMH 5319-175
e. Install SSMH 1, complete with inside drop assembly.
f Remove existing CB No. 16, E8-4 and adjacent piping
g. Bypass storm flows from south of intersection to CB No. 27
h. Install pipe between SSMH 1 and SSMH 5319-175 without backfilling
trench
i. Plug upstream pipe in SSMH 1
j. Install CB Nos. 31 and 24
k. Backfill sewer trench between SSMH 1 and SSMH 5319-175
I. Reconnect storm pipe to south and remove storm bypass from south
m. Test, clean, and accept work completed and remove bypass line between
SSMH 1 and SSMH 5319-175
n. Bypass flows from SSMH 5319-13 to SSMH 5319-175
o. Install pipe between SSMH 1 and SSMH 5319-13, complete with CDF
over the top of the sewer pipe
p. Test, clean, and accept work and remove bypass line from SSMH 5319-13
to SSMH 5319-175
q. Remove plug in SSMH 1
r. Install storm pipe between CB Nos. 27 and 31.
s. Revise storm bypass to allow construction of storm pipe to CB No. 37.
t. Install storm pipe to CB No. 37
u. Bypass storm flows to CB No. 37 using existing north storm pipe
v. Complete lateral pipe systems at intersection including the system
inclusive of CB Nos. 35 and 36
w. Repair asphalt and temporarily stripe Hardie Avenue S.W. intersection
.r x. Complete signalization at intersection
H:(File SysISWP-Surface Water ProjectslSWP-27-Surface Water Projects(CIP)127-2959 SW 7th St.
Drainage Improvement ProjectlPhase II ConstructionlContract Document\Bid DocumentlConstruction
�+ Sequence.doc
wag
6. Work east towards Rainier Avenue S.
a. Utilize existing 24-inch storm pipe for bypass flows
b. Stop work at CB No. 38 '
7. Coordinate Rainier Avenue S. crossing with revised traffic plan.
a. Install temporary traffic signalization while traffic loops out of service at
northeast corner of intersection
b. Stop work at CB No. 39
c. Complete signalization at intersection
8. Install 24-inch storm pipe at northeast corner of intersection east to CB No. 40.
a. Utilize 60-inch storm pipe for bypass flows
b. Provide temporary repair for existing sidewalk
9. Complete lateral pipe systems throughout night-work project site.
10. Complete surface restoration as needed for traffic impact areas. Defer restoration
outside of traffic impact areas until completion of all project utility construction.
Day Work Main-Line Pipe Construction
11. Work east towards Shattuck Avenue S. '
a. Utilize existing 24-inch storm pipe for bypass flows
12. Install storm system at Shattuck Avenue S. intersection.
a. Protect existing 18-inch PVC sanitary sewer and 16-inch CI water pipes
b. Install storm system to CB Nos. 45 and 48
c. Reconnect existing lateral pipe systems. Bypass flows as needed to
existing or new downstream systems am
13. Work east towards CB No. 49. Bypass flows to CB No. 48.
14. Work east towards final existing catch basin.
a. Bypass flows to existing north storm pipe as necessary
b. Field determine alignment of storm pipe between CB No. 52 and final
catch basin
c. Align storm pipe to properly connect to final catch basin
i. Bypass flows around final catch basin
ii. Abandon existing 36-inch DI storm pipe and connect new 36-inch
CPEP storm pipe
1. Expose reinforcing
2. Add wire mesh/cage
3. Connect CPEP storm pipe
4. Weld wire mesh/cage
5. Pour concrete to fill hole
d. Provide temporary repair for existing sidewalk near Station 27+50
15. City option on scheduling of sanitary sewer work west of Shattuck Avenue S.
a. Bypass flows from SSMH R01-66A to SSMH 5319-18
b. Plug upstream pipe in SSMH 5319-18
c. Install sewer pipe
d. Test, clean, and accept work and remove bypass line
e. Abandon existing sewer pipe and manhole per plan U'
16. Complete lateral pipe systems throughout day-work project site.
17. Complete new curb, gutter, and sidewalk work.
18. Complete surface restoration for entire project.
H(File SysISWP-Surface Water ProjectslSWP-27-Surface Water Projects(CIP)I27-2959 SW 7th St.
Drainage Improvement ProjectlPhase II ConstructionlContract Document\Bid DocumentlConstruction
Sequence.doc
a
I
1
I
I
I „..... :
I ,
, .
" -
. . ..
STANDARD DETAILS AN - ' S
i
1
1
I
I . .
I
i
I
I
1 :,
DETAILSCOV.DOC1
- - '
CITY OF RENTON
+.. AN DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS 1
J
IN 0 B.O. .
.z. .
4�•"�' W 27TH STREET CULT -.''4-
.i+��M) - . CEMENT PR e • -
irr
FUNCEI BY: SURF
OF It-, It 4b•
as
--..r
CONTR CT A e • . (Dollar) �r
MN
CON1R (Name) r
SCHED (Start Date to Completion) •
I.
l . .
i---q'O -j 'x8' 1/2• Exbrior P
(Smooth.Both Sides.
NB 2•x4• Diagonal Brace
O.F. Std.dcBtr. (TYP.) TD•ABOVE
4•x4•x12' Vertical Poste ROADWAY
ow Treated (TYP.) (MIN)
■
e" 4 � - � . , N%W V V NK .\/\% //\.\,
me ' K
3b•
me
se
—1
EMS
air
1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD
SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS
OF EXTERIOR ENAMEL THE POSTS. BRACES AND BACK OF SIGN
to BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR
ENAMEL THE BACKGROUND COLOR IS WHITE.
2. LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA
MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY
1iei THE CRY. ALL LETTERS AND NUMBERS WILL BE BLACK.
3. LETTER SIZE. 4• LETTERS ARE 1/2• WIDE; 3• LETTERS ARE 3/8• WIDE;
2• LETTERS ARE 1/4• WIDE
r.
% APPROVED BY: •
SIM ( PROJECT SIGN DETAIL - SAMPLE DATE: 4/99
SHEET:
MN
O
Z 1- O O t. a O
a m X
MN N w W J Q CO
a X w p<0 W R x 0
°° - o �zN 1- W a ,_i a
`„" U 0 (.1 - v w a
w 5 a�' - > C7 Ll Ic cn
• m
twi1��' W Z z 0�
_ �N E� O z-
W 0. fZ W a n 4i
<Q
OW
At i Z U pa zo
Ll E- a
(3Nll A1213dOild) a 1 EW-' W
QZ .. m
■rr a z� } zo iz a O F. + W
• w CCWM -' °� F M■
O< Mo d Ups Yrav c�
�°m zM Q'' J ; 4 0
J z
0 c W 1-O m0 rn
W W z O i y j O
o
o
°
J ZQ U • O `o ,OW O O
Ix O m� 0 N� cc Cr 0 o Y o o N a� pa 0 0 . EL
m:2,EL zQ Q o - : <a zaa . mm o w a%8 u ۥ -
N O . . >-O vio D a
oo o r ° ° jNw Oa X CO L ZZd .-L- w O m u o an
O u_. a o^ o 40 0 E
1 W,
O w V a° rn c
°m° L no- t, • i -
_ oY
_m 3 V^ ° MQ(3NIl A13dO2d) �� o x_ T
Y a N u
� ® •10".4 .
i yr c f- t:� 1 2f a Y E o O
= v \
5 , mo o o . °- a U o = n c _° �Y b - n $Q �D cg° o QY J
. c c v tt aJ O � 1.2
°Q e 1110 _ O
P ▪ non o
UN G
°
;Y 0 3 p D O o c n -° o
3
Y DY u y x m O D 2 Y T` WI
P
'6- 1 o'i E� ': .22
o
5
CC
La
cL
id
ii
NI
In 0
Q Z Q U . O A O a v Do uo
MOM
; o
o X 1 � E E n °o�
o O o ay LL \\\ \P `7' bu ].. u
• O P O P \U 4 s ..0-,.-2
22
N b N O F V N i , O D K 3 5 n !0 0 Q
m Y Y▪ el
Y . _0 0
° o g© '53 °. D u b u
vg• E
J f O
1 s n • a y
o U ._E ° v ° I. 12
0 d II ,
x ° a n°> E o c
m a . ° .; ,. - a 213A00 _ 0 s fil o NIIN „9£ °+°I ` - «n- ° c� ` - co rPt ° i D rN>w .• ° o 3 o x o ° - vv
LJ7 •' o op � .y 7_0o u n ° gu
cc<Wb oa 1 no„ _ -04 a °c
o ,u I
O ° Y b O O O w • a 10; ,,f.'" . C° N :`
o 0 ° h '
cc
S - 23 D°' c5 4 °c °a o
N Z W _ Y o o° " ; " D° .-o
rn
x - < O o ... k LY c o E.
-
III mZ U 4 - i4 anp NPO Lo; , -,
�w _ _:c' c-
oP H,:u `?z .;oo v Du :"e `,,
Jam a c . oo gr,T =°D p mE o °o
d • �O o.: N P • 0°' t") '"-->'t;
Qr • Y 2g 5'2 o N N ^-°1 „0'3 3 ° _• °°o. go .v $.L Cu .e E E. m'°n o0
w °.
UN F W N - ° �a D`op :n vrn a �o o vLLYn
D f- � N to No NNN fVtVfV NOD O: 3: ni. NF;
aaa
UI J U
4 - N h V h bh of T O /1
O
a
r
IN
1/2 PLUG AS DAM
6", 8" OR 10" TEE
la
-1N 6", 8" and 10" PIPE ONLY
I ) A
) L
z SEE NOTE 3 r y
I RELINER STAINLESS STEEL iiii
I ii ADJUSTABLE CLAMPING
/J BRACKETS OR APPROVED EQUAL1
Al -90' BEND
__ 3/4 THE DIAMETER OF
THE DOWNSTREAM PIPE
IIIII
NOT TO SCALE
MIS
0
NOTES: id
1. INSIDE DROPS ARE ONLY TO BE USED UPON APPROVAL BY THE
WASTEWATER UTILITY SECTION AND MAY ONLY BE USED WITH 6",
8", AND 10" PIPES. rar
2. ALL PIPE SHALL BE SIMILAR MATERIAL AS MAINLINE.
3. RELINER STAINLESS STEEL ADJUSTABLE CLAMPING BRACKETS a
OR APPROVED EQUAL SHALL BE INSTALLED WITHIN 6" OF '
BOTH BELL AND SPIGOT ENDS OF EACH DROP PIPE.
IF DROP PIPE LENGTH EXCEEDS 5 FEET THEN CENTER STRAPS Ili
SHALL BE INSTALLED WITH A MINIMUM SPACING OF 4 FEET
ON CENTER. BRACKETS SHALL BE ATTACHED UTILIZING STAINLESS
STEEL EXPANSION BOLTS.
iii
INSIDE DROP CONNECTION
TO 60" MANHOLE
ii
��
`C Y o ADOPTED
CITY OF RENTON
+ v +
STANDARD PLANS
€.N T O LST DATE:12/2001
DATE REVISION BY APPR'D DWG. NAME: BR18C SP PAGE:
A
>- 00 - r
I-w Z W Z Y m
am Q 0 O.. 0 aJ w - - - N.
w
0 , _ _
O
0 < W� FI- op N N O A a
W cn 0 w
w
z 0 � Sr a a
eta Q 0 d Jv WO D0 _Z Z_ Z U_ V)
> a0 -) O W> z c''<0 0 J Z wI- -'D 0 0 a� �_ - - 0 0,
a < 0 >a00 ,t-,1- 04 [� z c�
0 > a aOZW Z m a_ N N d' al W° A
0' O SUF- Wa 14c4
a W �z J a°w�m °° z 0 p.° AQ
m u_ cKw aZOO J z _10 z M - qqO
0 W ma 0 Jw� Q maaO U - dU �ii� co
_ F-- LC) m e N CYL
( co w Z_O Do) <m(n aa(no in >-, co
orm O a <m O'JIWa--II- m Jm H ♦ w
o a CC 010w0<z _11-610_j Z Z Z Q4 k <
e z CO mQz(<- m JQ� m En E' Z
�} w wZ JmEONOo U)wm c0 a0 00 \f , 71 ty 0
too \ m 0 a0 Z-W�i- O a
�?o w- =w-J00QW<2,_F-z J 4 0
W01-LUmw Nw- j�ONUwwv)O
mwWJO(n Ntn 1OUa 2OZY <o0N0
w O
ale HOazctZ<Q
W ZF-w1-
Ce
CLdd-z-oo awix < w 1 oiO_
F2U��L� 000 ZZa Q
WW W WNZZJZO: co J co�a QZa mim
W F-F-F-aaa0_)a0-a0D 2-OD a>>>"
F (n(n(na U U<U)U) UFY 000a < OOm
O
MO Z - (Ni r7 d 1f6 tD 00 0ri M .C) 0
LI
w
to
d Q
m
•
0
CC 7 ID
a
< U `°w CO b Z 0 Z 0
m 0 W h f>N
0 I- m W a
0 Z a , a m z .m x ,[)
;r D Z OS OU a_I W ZW 0 HOC
Z
a N 0 � w- OD:3 �N w J ° W
W� w Ow WW -J J mW 1-
�m d. WO - w W W a0 W W2 o xo
a Y .<__J (f)0 NI N 2 mm ok'z
W O 0- (n a w o0
0_z H m a \J a> 1-Z CO_ 5 Wo
U.- Z a 0 r7 a
w W Oct I Wa a Wa E-I- rc -0
OC I- a 0 N Lj a. d crJ W (n(n n ..
2D N W W 0 GO U) as 00 0 00 �n�H
Zw -) Z 0 a ww z x 0 Z W J N�\a
AM alit 0 0 0 I-I-- 00! a a0' 0 a0! m Ong
M(n a 0 a Z U)(/) 00 M J0 0 MO
Q
I-'
1.1.1
a
ANN
J
i:,,7 1 1 411 1 1 1Is��. Q
........ I I I II I II 1 1 1 1 _t7 —
J
MIN f N 0 -'"1 I'_
LL.,
I ' 4
�`4M1 (o Q • Z J Li, cn
r O o�
_ �' ° Z o
z
•
N A - >
Z
me r m Q
Z
cc
<F_ Q
0:J
O J
L
M
E
w 0
Z
z U, W c
O y
W Ua UO- W
a 10 w m p
w w
E 00 Him I 0 }, ii
w=¢ ?mow 00 00 - d C
0 w1UU) - e-a3 z w w (.
N,v¢ U7 a H O U Z U1 p
v >-,-uro J-0 U 3 < O I < ° Z.
F¢�O+ w w J U LIJ V)
0 Q a�
Lai z¢w 1250.< L a Wa o
° ¢ ;-(21 ~ I w U 0 E- f>;FI`....
I- vi' a- aoU' '-p wZ ° C 0..o oa
o x3X\ Saw OP 0i- D 0
0 0 0 C7 ME-, <E-
w
W H S w , N 0 W a o ‹.< Z Z J N N O Z <40
W
Zp=w UUg. U- LILT, O 0
3' w zw_t ¢w =0 I- N o s
ow Da° a w w q Q
Z O0 _j JUW =U Za a ° U Co
i-_, V
W ° � Z 0<a z? aQ w a 0 o w 0 ; 4p
cc oar mawo -Q aw < \ a)
R 7' N
= w
a o F, a w c� U [1' i f 'fl z
a) o zw_�o � n0 a� � ¢ z t Cy
W M P Z 0 m w w 0m X W S 0 a +
p ¢OP c (x 61- wx U W m p p °
Z Cr) iO 0
-01-W OW W IY fx 11~ N m 0 O 0
wa
1- = a~WU 00: w wO z ¢ N N ° O
U 7‘," wU=z O O Ow 0 \ \ z - ,
0 z w CL& 0 00 u_En w p 0 ,
Q_ w w O 0 w.z wz Jz w ¢^ � ;
a < a pam� ao= ¢o ¢o z oN
a a o < x
N ¢U)J VI V)H J W U W U U Z ° ¢ ° ° - W
0 Z J ZCZ JUIw¢ Qt7 Qty Z N 0 O -1,, p ,
m Z p Z 0¢ -1 ce U'a' MO m U a ¢ - V <Y
0 D 00 aOz L UQ Om L.1 U d' \ N \ Z Z
Z a ma >¢O= UW J¢ ZUl ZUi m E5
° > <!-NI- mNU,M Op 0° H0
¢ F'¢ UN W r p p v1
w0 I- °I- W Wa U =a'mJ ma wQ =? Z �t
m
0 °Z a Z W~w p w2 J 0 W 1 - 1 W Z O 11 will'
fY < 0¢ ww=w a'¢ ¢ W F¢-- wF- 9,--a- z < m U ¢
I- a m U= U]OF-m ,-UOm ov) Ul Ul a:•O — N M 6 c0 t. N °
z
z.°I
r
W W W °"
z z z
O
O
N
N
W W W
W W CL
O O 0 f `
0
ym + _ U--m--¢ _ O I M r m Q r__=3 --•-<[..-- -_7i
iii
UILtt !1 Q• 4 ■j
W �4 Lo O W o W
t
W j n W W W
N O ,.
J 0
Q W ¢ Q
> W
> Q d W
W < J 1--^ W Li
J L d W
W _
Q U z ¢U1 Q a (O ~ 1� J has
Z < -1-'
� WH 0 � SOH 0 � —tw 0
�O w0 < _IO c� O F LU
ila
W Z Q Z Q - ( Z z E z 0 Z J O <
Y W U W Z Y W p W z Q 4- Z
UW zW UW DfYW D O0W D
Q(n O(n 0 < W W
CO.� 0.-- L_ Co CO�� WO m�v WO
iiii
00 0 C N V".4 U 4
Z C 0 4-- N-
.-0- -7 • - d t
s - -o
t c •
En o
-:0u -0 3 - L o C W, 0 a N
44- • 4 0 0
• oz 0. in ii` '' �
1/04 0 V n 0 L A 0 V C 4- � =^ Z C D
O
> + t K C '0 0 (
Z C- C E V 4.I 0 C aII
- I �L24.N 3+ C 0� o m o W
-0 0 X f m
Novo t o 4 • 0>- v A Q O.
c vv
ai
sue,
3
.,
S
N 4 a
.a. " 2 .., [�
g 0C- NC + C 0 0 WQ Z ? 0 <
!1410041 ON. 10 p0
IIIII
C000m 041--LC OC 0 - I . ra o2 2 0-• o •0 0 aoo-- 00 E 4- QS^ OE ) 0
--CU C CO L4-0 -L n=-•in .21 L1 0>•g . a
}UCLO Y-L 0 - n0 C L �• Qt-...H
001-1s.0 L S 4-7 N co N- co - Q �� 'c
41011 U 0 0EvC DU 0 3 QQ(0 ii•
4-CO -41 co •OX -4----co -Z 0 0 m .�! 4
ill
C--Z-7 }Z-OCO
0 410 3.-.0 --U- -- 0 °-' =0 p '4 • • cc
• .1 a .-C } L O• - N- O 0 �� r I Z
-N0 0 3_ 0 -000 0 + rc
J4-O L- UN 4-41 tOL - co i `+
"0 0 0 04-000LC 00 - .- V -
0 L- 0 >0 C4-04, 4-41 0 L
1
al
-Oval 0 0Y 04-0 N 0 0 00
'L00 -- L0000 3 0 0 Dal
'!.
0 0--2 41--- Z } C L. •- 011
C V•-; -C aL: m 0 -0 0. 0
L O
0L2' C 04-- '04' U} N E
al 0 m O L-}- p al L L 4- ®�8
, ._0�: . 41._ 0 0 0 0 04- 4- WC
t— d L-0000 C 0 la
U: C alt 3 34- 0 C •0 0
y'.... -Z CL. 410C' C. 4,-
0141 -
1/E 030 0-0•-m•--- LO E 0
> 0 • 0 0 4,01 al p • •-
13 Op C_ 3 4,0 0 0L 4- - CL $Z
LOON 1- 101]-0 E 410 }p O L 3
�...,
0--n1-L}- 41 0 -- E O O O N O i -�
C -to 0 0 -L L E 04- 0C N
{ 00-3 0 0C-000- C EC �.5'„
C>OO'4} 04-04-N4 C -0 03 03
OOL000 L-L0•-0•- -L CO CO vim
Y": W xL-t eon. d3 al U al Of a} 1-L tip _
F- -
¢ 0 ES
Z ^ N n v O
a
•P$3
a a a
000
v0 L 0
- -m
L Q 41 to N -0
0 -
L -L L L •- ` 'x.
0 -000 L -_ n
> L Y-4-4- p
O - p L
alU C C C O N°
0
0 0 0 0 L L,,
c
C 0
c 0.4_} 0 4,
0
O •- 000 0 + O_ -
4- t0NL C ._L
01 0 C L L L •-
C 0 _- a+
13°p L L N _n
L t +-L L L T 0°
Id
L C - U U U 3
0 N 3 00 0 °
E L 0 0 0 N -
4) 4- L y -0 co -0
+ 41 0 p 0-CC C 0 ._ o N
0 3 > p 0 0--•-.- 0 m n - -
L •- 0 0 F-0 O E >T 0■
0. ° U - 4-, 1-1-1-- 4- 0 0- 0
iii
O t LA_1L IL to 0 O C
p -
C L p 0 C C10Z2 Z 0 -Z° N --.a as
0 0 ° ..«.. 0 0 - O TOO C]O - U N
N l L >m 0 U
E N p } - o a a 1oi1 NO a O m 0 C.
o al C 0 W r *Cr (J t0 a °m v 0 ,p
L •- 0 - t f -° t v)U0 1° y v v1 to
t..._ LL lL N -- - O-..-•N 0 al - ..L- III1
° CC-0 0 0 1 _l___ +O C O O
O t C C C
4' . • - •, o 0 0
0 0 0 0
L_ ��. O U L p°p
___- .. .• 0 L LL
wl D. U 0 0
iii
\0 O -■-1--!-
L ��__ _-_- 0 c\\\
I 1 O P uw+r-.a ;-
XVI'I 0XVW „9I„BZ - 41 o NIW „O-,Z �oo0
N
• lii
ca
1: ° =� ' 0 W J
m •— D•
a f.�” 1n-
t Q a
o," 0 O- - CO F-
t a W
V ro
w 0. MN'
Q Q a - C u
+ w
0 0 0 o L 0 CC
L 0
(XVW ,ZI) „9„ o mQo • o
2
li
0-10 1O
NO
— E "" .
o v
o s n 0
L L l.&J Z ab C`1
w C °
0
a �i
aao 4- O L • d C° 3 ^J. £ h—
V V 4-- m >-*
— Z lb t-
b
O
V � 4- �
1 � C 7 O V U A a gel
L O— o
v — L nm-o 0 m Z C Wp o . 7
a A
Old t_ L a V .-
w L O t A 0
p NO O D t t11 14 avti • n.V2
4- _ }p V 0
C pa 4- L Q p:
m — #-—Y a +- CO t t -000 V O -
C oovV m3
4101 s- L L - I
L 0 V ma-
„ LQ v
4- C o d
° 0 C V U WV %
m a n— a
o p • 0 3 .- L0 U H
• D 7 — +- r O
D vs v -_ o Cr c 4
1 4. t —v C L 01- C U 0♦ 4 c
O 0 C OL— + O —
_ a`
0 0 0 L O C ea 0 m.0 0 O C 0 _
oC —N t �_
_ o
hY aD 00 00 w— 0 • i 3 Q } £
11101 C LT Vm0 mL
i
N— 4-0 .0 0—0 0:. L w V L s
— £ 4-0 00, 4- t m - y o
V q- T Sw V s C Ow
LV 0V 0m 3 - Co L-
;;.=:
00 C Co. — EILA 0— OIL I
E p CO w a w n E m L o V o
Or n }-ac 4- 4-L -- V V 'C 4-
O 4-0 J 3V X no 0
L V 0.- 0 •04- O4- 0 — .:
D DL x mac V £L 4-L. V
3
l'
4- OOOE a, V E4
+- 0 0000 m> Van 0 C o c
.. 1-C L ; CLC— LC L— L0 v
W F-c w
Y - V I-— .I-L h_0 c
ii. 11 o
O o
2 N M v *0 l0 -▪ V z
o. -'
• Y
ow
0' v ¢
n a o
C_0 ~
C C C i
L
Od.-,
n t t
N V
i i
D 0 0
CM y y 4_O vb .
O V
• •
CCV W o CL N c
O O V 0 w 10 0.
. ^ a. u
- E •
VI E
„ L� • o
OmY- 0 7O
la.m t0 N m °
VI -- L
a M .IV
/ /.. Z
41, sz \
el.
IA
o �i'
aor O y /,z' wrer
. 4/ 's"--,,7_ c.. 471"---Lsrasikk.
c. _ L S L a>
OW . 10
141
m V O
O O ��i C — 3
aD CO L N
NMI r'f h -Q U L U
U O
L O N
. . U W
O L
ry m L O
O CO
t_ m
Old O M
co 417 •
•
!- r
VW
0
I-- w m
Ur w
E~
J U z 0
0 OZ w r d
U E1
Cl) fla
a n
Q ti w
d o m z(v r a a caw aN r+K$\/ ill
1 > Fk. aF O E' a'O Ana
r
®1�1' -: - - a CO
w
.a 04 Z a
x Q Q
L a M 0 W Z E, 0 ,
U) f=
iii
D
o W a a
a
a
ilv I*
w —�-t iiii
w t
o �`�``` il
� ��`
J i0�///D� �_Z
t-W Li
~
1.
O U
L,... K O_
Q U Z N a
D CO U
W p cr a
W o r)o 0
Q� — Mo o I-
U> N I LLI p
0
•
i°_ 1/)
z w
0 U O
ix
w t- F=
Z w t w w
•
t-¢ _o t . sii
to W - U)
ol'- Q z
C3= Q ii'iiiiii'i•••i
- Z N
In
o
cv
um - d m°
U J W 41
\,.,\ \ a
+.• \ 0 H w
= E
_ a
W z n._
F A al
Q W C..1 cc Qw
,:mrr \;' W o0
Cr Z Qv to CC CO allt i
U I-- Cr D () Cr) 0 m
I I- - 0 m 04/_-\O Q
w w = E-, z
OZ U V 1 4-�
f 0
U X
NO I W a c.) c] <
Z
W 0
Ed poy 0_
N CJ % Q
m
ila
alla
z
0 En
-I 5
.. ; cc
- ( _._ i.
M w
d w
am !--
Q
a
N tz
to u.,
r L_J LJ L J k-
-7( 0
s--
cn =
- d} z ID
w I-- 4 Z r``
N H
ww
. \ Z -0 N r�(D = F _� mm
tIl N W x I x x I x OFo
N
_CV N Fnw(!) (D \ N Z
ile
INN. in
I In in
_ m, QU
v } U�VU
y tn l-Q Q Q
I V J<O
w irf r--1..., r--1 1 , m M O
QoN CC
QQ�o
J w Z N
or J O V a
d Q Qom' }
O Ix
_ ppf--zo
Z< <Z
H -
(DOD a ` <
— .-- Uw0
=
o,....
cr,_vta
Cl -
- OY Ud
Q d Q 0& 0
1.-(n-
O
O W Q w
W N <I
a:
J X --J.
Li
y Q H Q
W �0CC wtr
t-- 0 h ti V!11
O
Z Nr
_� a F 0
y.
:ca:
m o rn °:,,,,,,',.
- w
a E, Ill
H W
n6
Et]Cr
Ha
td
ao
7 U A E-
> Q i 1,-;w L a cr
En
ie
MW
j r � O d (d
1 Q
I "1..11111111111111111M111111111 iii-
_
is
p
11111111.1111.1111111111111 x
o
mY Q C5 1.1) ,
r W O W t:E I_
iX
ei OUTFALL TO f STREAM Z cn o Cr i
CO 0
N t �'-�W m W r
i m V) Z W
O )-- Q
NS
QO pZ Jvi W el
I MI
DUMP NO POLLUTANTS 1.111 W w Q
W
OIn u�mW OQ
r )- w�,n
-i- i ? N .O 1-
Mir
1 ' W Q W W ad
FOUNDRY NAME I -' o w: Q =>
,ii C)C) OQ
Z Q - m
mZ(n(�F--� NZ
Z �-i Ou)01- �1-
]-\ Q-,ZQaI�i cn<DIX
w r` c0 N E- LL.`n O c 7
_ O p Il
D Z
<V- Z411 X p p EY QaO CCw
Q p -OJ E- t]_ Z J a\ w m Z w cn Q Q O
0 ,0 ;n 1- - O U r N>
Q0NWUW~ J wp lii Z X
0
a0 O Ui 1x Y 1-w Z C W■
O )- > 0OJ�Wn- ›.0
J W w '- W00(1W F.
VI O J Z -103`.").-- Q DF-X
O p <0,-00 O O 0 J
t, ~<_i-Z w < 1
OH Q JouO(nm
1 wW� J?tn<
�w_J1- DQ-J0w
w(n Q w
W In D�2: 6 LIJWD
1-
O a-Z .-N 17 <tu�(on(O
d
ural
0
CO
..9 - a w
_ > <
n 1 (v O 2
v a
�i I q (n
Z
SU
Z r
ji wX o
i I CO ji a n�.o <<
- Q - zo
ow M ; i 1 /, N Q V uFi N 0 Cr
(V N d N r`) - '1 x m
4 lil
i1.1 ' 1 N �1 • 4,
dm Z
�_
z - r- J + 4
Q I--
IX td
0_ w o
CD Q
U
wr Q M v 0 < a .
0 Z o m a
1 _ v)Z o r
Z n' W' (--• 41 W W ° ;•� 0 o m
SW Z Q t-O Z Y
M d W Z Z O
- Z \ 0 0 O
el J O W W uir (O
X 1 N w >-
- O �(0 Z �� O v }
- lw- x O O ()4.1 IX W
x.? 0< Z (V(r 0 w a
iv 1- ZO >- m j O O I i� ~ U` N Z fm°1 \O °1 - Y stn !�0 0- avi -0 <__.,. c
�� ! I Zvi U.0c=,1 �' ! ! '1 io�,1 O �Q i•1 U >m Z-- ^ 3
SW
1 a = ce>-
CO M M=pW
\ O W
I-- 'n >- Z ova
CL rZ5�
Q v
SW
N ¢ ~ cv o}ate
fZ \ Z m Zq�Q
Q =
CO X•400■ftitio 00rr 3 f *4\ Z-1.7 sir
W°CC W
(n_ W N
•••••• Z i :e0 • mme LI>::
VI
Mt 0
U�11_
O 0 ErCC
Z J W t-
er cr ca
0°j Q
tar
- �-(V Nj
_ il1 !
\ W
a '"" a UN a `w \ >
w I
N mi
3_ F F dZ
O -EZ
_ p1-
N\ f,':' ° O v.Z LL O W O. N
- 10i 1 _J fa".5
U N ry W
�Z ® 171 Q
o ZO F-
w•ICI 4 " ;
_ - Ho
° a o ozm+ 31 m Z
, I
�u W
o
' 0
11 a zc - . _ faro
w o oz r- ."2°> 0 3E
�_ ' o¢ zzow _ ` J~ t IN
wc. wviM a
a
u _, ¢ 30^ .-az o Uzi
w o� vai cnwao oii � zz Z .7.i.
I-d_______________i J I m a O an x
no w x / z
Z N U U
W w W^
E w 4. J s
n CO _L
oZ L
w ca
J= W
J V) a
¢ o `I
1
J m+ !
m I i
a t `6.2
w
i 1111111‘1116 CD Vi La 5' : a
Uo6
I-
6 w n
O m
W W
CO Z •i 0 a ¢
Z Ili
o J D o
Z a
i
N O — _ o ° a
F Q w - e• U U <
¢W
CL yr -° w
10 0
'^ _ _
,17. 3 a
a 9
WA
Q • Z y
sk N N• _ �2 x4 Q
H3ointhis
?03ntld JO 3003
¢
W
CL o T j
.n o o w u,
m
0 O J z
I ..t-Z °cc E
. CC m F °¢ ,r..
i'ow O 1 I i • J 0 o
O D LL H / � "' Q z cwi.
ICI __ m m , ! j o"
a F— u a
' °o < m N F 1 o W z o -
J Z In .c I D o w m _
L3J m
.-.nu° W w_ ow z
UJ
� �" U wu cam°
U r-
Q z w
3 - J wu
Z
- m m W
;i� , �w a r " a r-
�� - O Q _ . a a J
•
�w °
- O N _ H!! � r
o ¢ L Y° °
9..s. r
�
b- mOa J _, ~ m JO moo >xCaJ
w
Q o � a�
U na s
o ° u _
W 6
o
Ili
di
sr a- �° W .tea
a
u u 0
I- J
00 <
3 m cz z o
oa - - -- p �
r • aO p��� t -0-
�
~ = w `1-°am- CI-r- W - V _ o>-U = ° Oz
Oil n CL o av ° ,0 a o i �_¢ S � . ._o O .—a - - z zO F W O O J H I ?p7 L
W --I —26E36 o mi ii . .t§,
m u
'NI11„> 1,1 aw�
<�W
I It e
vie '_ �- J � � I
o ooO = °�i -� zo
• o i ° .x f u
S'a'S',:, i. -NIPI y Z C O
? o• U ^ L I
E Iy
.m _
. ..,.,.i ___
L6' m >-U ``■l a s m i
UM
o
Z " i
: o
o , 1-w
I--
- ° U 1,
N 'x1,11„i 0s W
NI11,.%z V)
oa
° --.a - O
a w i < ° ¢
, 1;1 < .1
3 !L-E • -,3 a w 2_ i o ..° m s ='n O. a m a or j f i o
- G. W o
LL • a J .o 0 o.< Z ¢
m a- ao V. ¢ .- 1.1
© 1 'x1,11.0 „•I
s U W
� D F o N -NIN„%Z V')
.A. xo zo _ - u z_ °
°oa n o4 v mm° o 4 z
J ° 08 ,T4'. 4 f¢ m J m O
mW i 5- y - WNy z 5,- ,T, 7;„ / °
P. a a2 6 2 < oV. 80 i 'n a ¢wo z <o s W X'' ° ` _ e c
p aa iz.-' i
z z o
z - _ . 1 t t= - LL
o - 72,-z a ° „s o X
_ ▪ . ` -r m Wow'o z It: J ° _ - - s g a - z e - um< w u` o Q X-J - - oi - u a 1,.i W �z7 w J - -
i° • i
W N Q a K - n aO.j - OO w
- _ o u�o o <g a o li
w_ s z W� o J
z a u s w O ° n
p m c; J ° 0 80 O 0
®
X '\
me
¢ i ° o•
:.:§ , m 6
Y l _
• H O
am _ �NJ �„ g
y E Q E
• -1 o W -
�I a O 1 m w w x x V i< f V
z ,
v, n e- S :•
a a`� „ >id:s es s
d .'g
oz L. J z oaY .o
z °°- - -
rv. LT A° XWUF¢
OW
too
V
a• W 5.h-,-; lii
of
la G ii
Woo dg
oa�. f 1; J SZ
W I I� o 2 Ou Wo H W
0
•
- • I • . � os__ -
r r m
0 0 0 ao W
a
C I• • • f r
c
• • • o
o
cc
o n Si
W {/i C
a
L'-' r - \«'�-
fir o
- d W S C
} •
u0 3E
El Z w u
"F- 6
1 •
xr w '
w
c• aw ° a a a n<
-- • • • W z =
o
r,rm as —a
• • • Jr
Z &$
W N
H m N
'• ' ' =a W _
N J
r'l
¢ a °W >-- f
w < V •
a 'Jm6 J
F- _ ono=w Q
wV a L LLv nuo
Wes,
\ O a z
w a 6
..7:...>-.1• `
_ • • Q a a co N
✓�rm • • 3_
— !.s 3_
• • / a: yY
_ a
it elli
K.
r J w �I v
n'o'n c / �—i or
ri
Vo u N a
c Z •" " a W o
ll.71
p O -.1 - a w
< o - m < H V '' a Z
Illi
LE :AI 4411111—_\ Z • < x Z
u m Ir— r .--i O¢w O 4,ill
---1 • = o
o a- ___ :-■ >■20......i
oO oo O eo. - a
v.
O o
N J cm
' .• u¢iW
a O
_,. _, Jro mzuaa
di
id
C 0
tor
a v o 9
0
i'i crn n� l7 O,.a I
_ 2 o m
U —0 3a4i at
• d ,u m o IIhh
U_i aE rJry�: d < , Jm D o jr1L
5 W a a mZ ^,! _,1�'" " a '
_ g5 a o ° "E-e a�E a ' Nd a I1 ; = � Eo� ,$p y 1D
Ev �E Y$c o /
Fao �� I i .o B o °m to g.v .0 sl,\
•ou, o a p o fA p9 c •_cis
00 c' N L t T.
aE Sflfl !t !H !• � �'� y° i U ui
Yit al v-
O.
k
\ .di
sr`odc a
io
gain 1 ►�/ A. i a°t OG^ u
� m s� i Y oo wzw oo o
M/o°a •j O `� 3 tz HO~o w a< on
6,3 0 lo
0 00
� w wW o ao
W =i
N •g " �s ibo .9 UoS
MO if �'� W?W
UUy
o .9 6
H
0.
...
b' rl Z O O 0
I is <o .s,
k o
1 �j a TW ?c 'r o U Z c
o V
—1� o = V
° CO W W - W
Xi N o CO WIC
#, \
U N N'
Ili E. VW i � oy a a
<5 . 1 a
ii z
° W
w rc
) o H W z=a m
i!L •° =4- Ac :z P gss
g5
a3 o:.--,
ia< m i o ° W z"J
W
__ T3 LL �L Uj� fA 9E `T T N3W
_-..__�-_—_ CC6 O 3w Liii� '� `,-�-_�' I I I wW°
,d mN Q Fn.-sc.
of °a / <-1— 9Uf 0fpZ
d....,
ow W Fa ow o m w V
,,n w
j e i a i °
NIP p, _ J iN < 6100
i" ,li It.\\ i://,\N\ . .J /`` ?a a
Mt IA ik/frUttil oi, I-5 ci
=Z fq IIE\VL---L\ CI
<a Kd b as �`ma
3w 10 \� ;0 g R aZ
umJmaWO co- ya o
e <z .L.• O �� Kw
Er x,_ \ a
6OF
Aa
W
W
N
woo v .
r ' b - b c ? b Es • v
ii
0
i, h iv F. F. a i o a i B
el - LI
r B 0
o c b r o a b E a •a w 0 42' ,v V �y/ o N Z F •
o r r o ,.,rt o • • .9 ° bm c� , 1
F F x y w �v 4IF y N a s
i. b b b b b m a -0 e O -tie • � d u a
�. : : C yora aGa o : °-[i�f a 04 4 ►r,,('4N, Q JN d
b b •). h f A .•! N N V C O g- of it g,G n CO O .4,-,?, N 410 cg — ...,_ . .i•
i1 i, is n i< in K p e81 C�F a Y V LL ....1 ...A.'�.4, Spa ¢ d a W
1�. e a E•3 gab • Y ��' -.t\F� y1 z 00 '�‘d
20 N t t W rii t N w i gE E83raa b c y �•'�. i ` ..
gF R .g S ° .� 8 8 a°°« ooaN 3 c h N gp. ail
S Pg Fs E ow M Iii
Cr:-
Q Ego 'q, U. e
.4 �c r a 4.
a = a5o a1-a .:1„ C :;
Lg. JUl Qo U a4 C _�
4(; p a. 8�__.._-Ai �8 Z � N Vi Y .D �l\ .eL 5 > ,.
) I J /4 ■ W
• r 3 m -'4.4
Ili
'it
om a in
Y a i <:
•*".,, J 1 0 8 b
m b � 3 amp w
li
p W
b
...
-o �j .r
o
/ m I _ z o
. -0,... (go...__.--. 0 i. ,O / oS ` 1 b S CO ILI
a
f OZ Z FFp 1 ,_! _
op
/ WW O L. m •.1 m .?
d O I• < Z Z
LL� / 0� WOa b h.-.a $
x en
% W �N
0— iI al �; Ud a¢w 3w
X«S o wow <z
<Q XOa 00 Vw = OU% El :y
li
W ��]t h
32 iii 1-4‘ =,°e~o <
el rf 121% to
U. Ill
w
O 0. VC �'' n UUy
in Ile T ° O
IQ 61i: \ : I. Y
Z iii
1 3f2
ow _ -i 2 b z UUm U
8
mu'°3 0 evv' ao
� H
. il.14,
�\� I Y K b \// ccUz
L y ZO ZZS
LLI
O.
fili
J /40‘ — — a oy o
a.
1 Z zwh CU gli
E ow
x z �� m Y wa.W
W ; 3
b
viz w Y' W
., U / / 0 w a Ma
0.0w / E2 m ill ® 0 2ZJ
4, / D wa<
I
w co
CO D
< UK ~I 3 z in b fmZ di
l9 �w 2J ^ W W~�•
W m
ac1 i 1 - -ate r�
9L/E
UN .X N
73 0
ra
rn w
INN i- O d
GD
err A a. ''.
f:14 rzi 174 A
a o o Q
w
I m
"" Li
o� `�o Q
W E-, y,
(� Z
• 0 ►
Y 91 6
v~ia°—" rJ 4w 0 3
-?01 �ii � -
1
M,r, a
Z
CA • Cl. Wz0
QZ ao= =aIX
J 'r CO v Fn n"
Ua _CA
INN CO - - - 1 F-Q z Z J W
0 ~ p owF=-
F-Z
Q D N
D
W W U=Z
- ZZ— D Li_
n.J OZ�
0 U O O
w LL wa~
z QwW
Ce rn o z Ix z
Z ZZZ _ _ d ad WQ O wZ�
N I- Hce iwW
NW 0 F- F-U5
°
w c2 ti
Z a O
— - - - Cif — >. z<o
O WZg
ix Jaa
cc
0
am 1-" w w w Y ILl W U W
Z WZaZ CC z Ce W
0 F- I �a�aa.
um I x��U
'4" 3woE
w v)Ice g
zz-
- - - - gJ — Q v=Zo
0 oF-w-
aoow
W .-. V) a Z LL
MI Z 5 — - - - ``I �V) cc wF'w
LJ �
m ix CC F-a
YZF-
CL U Li F- W
- 0 7- 0 .O-4, 00
Z
it
we
We _
A.
Z� .
W - fn
a — ! 0 "C: 9
o E=W .. . h�yi
a..o Y Q d � °c Z e A
Hc
o :14....iiii.
° 0 „ ° - V H
c2 ° moo .°. c +� W �_
=u` =or .j!. m, J d
a1 .0 r tl
z N 2 ot a x m r-5
Ur. .dILLI►1 �rj��,�
•o Isiiiiii7lry roll
A lox
,u∎. ,.��
A Y 0
Li -"--"�°-1W o ■. �mergeli W uji— iii
..
§- -__... - 0 J U
`3-
IiiiT J 0 0,
II 1
W Y
o
• o R
--16
.■►.rt.44 - µ � _
../ 11-._.-1_x_ ?
+:O a T-
i._-T....- m N-
-
a Y)- W u - )'- a 0v Z m w•- J W- - N f
• _ ��#. _ f- J J
a 5 o
m Z W r\ c S O < W c9 0 iiii
-N W
_
• ¢
_ Q
... . m
•s1.- l ■■ N Q� • 11110 •• - ran - ama. w N f N. Jr. � aS . .,.....H.HH.■ . " AY.■i■"1� 1.a • • I fr H%rage„Law■. .1H■ )- ego.- /■ �.'.:. 0
II!.." swam _ w CO
ci—w T 1H�>: _ m _J.0 7
c= u..W�.n:i=.�•. • ••9 . a (1) «'..
•_ice_ {■.
}
�1. - ._ ...�A.1..
‘1=Ziti Cr iii
! i MEr a
1.1 ■�i .I -I isms
N
vs cr O
¢ O
m
--1 I
CL W d W
Z W ¢
Ylli O wJZ q d
vi
p U J a .,CL
¢ ,- rn
12 14140° y00 z No
o z2
¢ F
PM Q <L Z ' A w a o
Z U)¢W z W x a w
cr)O ~ CC E+ O>.. z° N
1i1 W O O¢J N d v ti::$ OI
Z OWE¢ W EC
p CC� cE Z
W Z W
00 U ¢ QQQZ
0
0 z O m mm0 O �� �,-� 000•- 4 0
- a n¢
Z
Q 000V
�
Qcc0 -
cy ¢¢¢< a
co m II .--NM¢ _ Q
y J m N D _N W_ o�noo N = Z LI)NOO • _ —�N �MM WU) WU)
a_� ^ 1 I I • >-f >-a. >_W_ —ii CC �W �W Y N W p0 W Y Y
�O N HQ=C NANO 1W-¢ H¢
N N � aW _ 0 tig Lii N d'J W� d J �J W
Z ¢ ,J
- J N _ W •
Z •—L
= N z J M 0 -,1-J
< N J W
sai
0 Z •
Cr Q
Q. •• J
Q �
SI o
W
N _ (i
mw
(1 N v
N N �� ��
N N I-W W •
Y Y pi
N� Z iW-¢
Or
FW-¢ •
444
J W W
= Z _ Z
U �t J d J
Q �
N
NM 0
i-E moil
M
Q
N
CL
Y
CP In
o
c3123-4
emo
os
•*-----I-
age
a
-jt .a cicsiti,_,
• • H i
• •� • • Qw a, t
• • • • cn
-i (f) x z 0o
• L` • ix 0 z M
LJ
w d z a o
CC
• .� Y • A a a
Z • 0 < Z F'r...w a Fw
Q W • O_ a0° z Q
• Y W • F" A a F.
z 0---1- Q Z N Qv rFn 1
CY • M J • • w n.
1- • •--F _z �, • • Z W $,
1~i • • J a • • x O� « �O a:,.
>- ~ 0 Z
. . z I r• � W ° • J + 4 lir
.'e
Q a J O,-
•• •
O O;n F--- r •
_4-
Ic
H • w • a li
Q
• • .t • • r
m
. • 1 l'---______,...• • to
O O O
-(Ni CL
----1 ma -
0 0 r,,
,,,
Z NNE
I__ 1 1 1 ZO
1 1 i vt'-
i_
I S S 5
w 1 d Q
-J
I
Q 12_M.4-
I I
1 InOO
CV (V1n•cf-
0
F-F-
--j L-- _
W J J J_ W ® ^
J co OOH Q^.;
• • W = W - a Li W W W d
11 LY • _ =W D W W W
W"--� Z CL CL it
• • �w a N. • CL CL
� (I (.1)(1)
• • ow ~w • rr-CC i-CC
J Q Y W W
• •• ?-W W� __J< JQ
Z }W W W
• •• J- Z r W }W
d J - Z _ Z 4\• • J-J J r
W ® 215---1- •✓
_J • W •____I Z •
Z M
tJ W
I- • • w CC • Z
..,
W • . .
Z
U
1
• • M In •
O
-J
•• •® t -J
r• filli
r a• Y
• •-1 m •
®
0 •
•
•-_L I Z
• • (n
tr. ,x
o r
/ o c
J j CO �a\.Cid
ars
m o a� �� a
i \)0/1. ✓ .` � U Az CO ti a
1 t°
v
1.L. z aN
W HF m U . 0� ali OO q'g
r U m U O O � I A E. c ac
U I ' . m m a
a
co
ctS
Ai
o w uv, ''' z
Li
fa- _ � a a C 3
: 1 / s r
to
I I � I A
-tics Y���Cj
YID __ ._-•____ __ ________ _
iii i i i•i ���i�s�; "A
•••A
•••••r •
•�•Pil ■• •.••• i••
WAIN! Oii *a
•• •i' (►❖•• ii •Oi
+
vi'i'i o i�...x.. I4,.
r M �
z ei,,,
N - /
w o r ?' 1Z QI
c
O 00 CC - ///
N ti■ i i 'biii*iii ? w } N LIU
� i J C C o 0 y;i•••• i i ❖i N cc i
an
CD t,1 O
y 1 j1 Z r� v o I 1
F- Z
i•iii�i ii iiri•i�'•�•iri ii7 \ •
••••••••❖•••••.❖.•�••►•••►••►•� U a-0 3 v) w
O t) -o d *-- ?Z
C0� N N N N N Cl
VW
p ?. N
Q""1 j� F- F- )- F- ►- occ
CC
a ill
Q
il Q
fill • +1 Z
\ U
um (W
Q
iW
rr
i c:iii'll,,,'
az
1 Jr
O o
GSA 4 A >' cl
c
(6 \,,, :v te g ,U r° '�.¢4
N
iiii
c■I IA
I k(6
4-
Z o o I - , I
_J p I cO a •
el
CC d ti . .
O L. o o t� la
~ N� 11.1 0 �Z Y
o
W tD Q r ' Ii 1,1_11 i l-1jl_I_I_1 < ..,
W
s, _ :_ Z a\ CI to
ri3_s-.t j °, 0 - W > 0
...!;.?\ 0 ‘\.., r;-; Z -- • -- Ce
N } J I
1 �
o
' r' Z �'
3 1 N _ Y (n - �,
r) II X I 11
c
11 CC Q a�
O ao
O Z •• ,.,
o
I
Iii
M
_0-.9
ii
Q
ire O - ap
J J a Q
a a _ O
- v 4
u v Q -- l.1-F
-• Z- Q Q V
�3vOb,fev " o Cr �- CO 3 Q
OM Z �O }1vd a o z O Q = _ d' W a
�, ll a m > v a
W I' W Z 3u it -
Q - - I W O p a.
Z -' vt _Q .o _J = V r-- IX Z
MI Z O = m r- I a Q F- Z F-- a 2 °av
Z -o _ t� v r W p_ c Q O.a o_
N v --L y C7 CC J W V .- 0 v[:i
W a 0 1� F-
QN Z aOH p Z to.J �° vn
a J QX O Q A1- if- Z
X 33e_I VICO` a Q Zr;
OW W W F-
} O CL Z CL
W O 4
o W d a vF u
- F-W i Z LA - W
F-> W< V •V *ti W
i.
D'Li Y Z
aOVWa � t It-
...t
IX✓F O
4- O
a1 W D Z
Mir Cc O I Q
DS* W•-
Uv10mvF u.
it
__I I S
J
IC N CL 0 m
W
W a
W a- Y = a O
01111 CI F-
Z J 1,_ a
O .4(
O W
--) W -.,_ m
>- Z ° O m
Cr >- -
a
NO LJ
J / Z Z a CI 1- N
P :- h Q"Z
a X W \ 1=-W= CO
W J O W
UM 7 Q 2',r .e` a N` m W t
c (n Q F-
/ J^nF � J Z o � `
LJ .5:-..'`c:: --...„. t •
'tn W il - =0_ O X Q Z O 1-
2i h OZ o =2� WWa V u
Ill °�Q °F2 O V1--I Ca O
�2=H W `y= Z Q Q NW *-�d
OJ v) `h W W= -QO
C'� Z 2e W m WNY 3
Y O ovc,c N u C3�Vi W N Q' X Q -�l�
J '+�Q o Wr a Z Z �Sry t, W m Q W Q Q�a N W O o> /`J O F-O V a h Q W aZ0 -- N 4? ` O ~NQ WW I
Q _ /,, WOZ ' ZNW F- 1--tJp� F- X
r Z [�Z N
NO
v) \\ �W- X Z O "Cr W ZZ LJJ N Z-N Os
1 \ vt
a W O z / --I Q Q v W
1 1f Cr -1(..1 i N W�Q.UWce pp DD m N_ / \ (� Z ��
vz \ �( ff, QZWW 00
0.1 - J d m W a V a
Z Q JJJW�I
\--*S4 A + 3 W.DJJUmCX N
m—aQ F ►W o \= t-1�AZ
< �-� Z N JmNNm0QO M a Iii, QQNWJ 1-'V Q O W H� •r-LJ I a
2
CC •CC Z Z N Z N N 3 v
-
a Z OJCYUZI W Ca
• W W Z � � a
> �m Zo 0a�a a
< Q
Z �W
,u f_, -_- W W
W Z m N E-►-NIJa~CO
- W-I CI-
a 3 °
z- cv6Qui .o
?
N '
Y
U a O
WI
-z O Z 3 W 0
O Z_ ti
OJ ', 0
�� p?<O W
Zta p"m C7
at-- O�0 Q
X O J W a
a
IN
I-OJ vi
OWa WZ-i X/ d
(1)_U mD .] (J)la tan- JWW U) < t
a3z aaa z "to
0,a tznmz 4 W FO- z�
A 1`
0mW I-�0/-- W Q 6Z.] a N
a
v04? 0Oww 0 W n W
m -' F o .-7 E-.w <E-
it)wW Wa 2 *- d p-.O 0 q
02} '-QWF U QF 6FU� N y.
yWj IW--m QZ N a <U m2 O iii
UW0 WN aW <
,1• I
WW~ - xY 0
omen 0aaa 5
~Jp oOWH z I L.7J
ors <-.0Z 0 ��k s ill
00 a CO V -^ 0 Ey'` z
WZI- Dat"\ 0 O ct
aT1 �r
Qaz voD J 0 f C fl C7
W a 0 O
mY0 I-WtYttt, 1-- o ..-
.
Juu 2a> ' 3 a a
=pS."J 00- u U 00 a - o
O Z a <w<0 _z m 0
'j o WmWF w At a a
O a a
��W QaaW O OI Q
}ZO a0 mi'd w w 3 >-
a
M2a mam5 a -J p m
D'...W! o - W w < N Z
0 u)a) �'II--a,r > US) (0 J
W t/)WaU Nf�= S Z L- d
F L-JQZ I- J O
�, ZW z0 YZJ J 2 V
D omvlc� aoao < W O
O ~F03 wZW� a < d O
O Z-, D a M W CE
Illi
H2 W �0 W N O w
I-J-,m �X W w 0 0 Q
f-
Q Q OatY^ IS- p0 0 0 bi
} F ~ Z 0 4(( p �I < I- Z 0 C (n m -z W x 0
0 w
ir �WNIW- WzzNaa_ W CO L./
w_ M Q a w
o oI-.W $ W Vl I- VI Vl LL Q Z Q'
Illi
O
Q <Q o
F- a
z w I m
Z L <O -. °
0 mf- U O
a
w `� f\o V / (ANIS 9NIlNVId
to
i 7 a
0
iiii
' J
'
M I / ' Q a
Z
7.
w
0
z F-ul cn m� Q z
iiii
Q z W > n Q c�
a O Z_ :)- --I Z
X --( 2 Z Z J N f--
W J F w Q Q O z \ W Q
<} QQ 0 ZO a_ O J iiii
X ec () Q z Z d
to 0
CV F v- 4. U) a < 0
�¢\ W� I-
r- - W Z 2 F
• M In w O C-) a
7 xm
I
•
Sit\i\: -CNI CK ' La .0 (-=,
J _ Y —o a a Q Q
Q z° m z
II
Li-w J Q QI
Q I o + w a u- v I-
al
Q U
o W o NY
� U) I- Z S w
CL I Z Z O NU) F 0
z _
F p J
xO cnZ ci Q - N
wF wQ xo I '- OM
_z ti Q
V ¢ J m w Q N-X Cr W CC
U X \
�\ 0
to
N
Om
e•I
ec 0\
cc Ch r--t
t ....: ,--4 cp
....„ w
••• . — m ..- ,
........: <
4-4 rioi
-J CC LL.1 1-Ila
...P"--1- Ilk•.- - :. "CC=
_ z' -----,-.7.• Lii .... CC cr
C...)
..- 11401 P 4:::)*--La
CC I-
CI=
PI ,...-!- .;I.: 0114
1- .: . - 1-1- .4111 C3 -o
,z ...__4 ..z•
.:. ..,., T--- 1 n
0 (ICI 9 9, 04
„F . --- •-•ix 1- 2 1.)c.% .3 v)
C_) .,z z
ti; xta zo I----.<
:51 z
!. 88 ...., Win
Iia "c.,, W .
,..4 . X 123 10 •\;le
ta
':-•—•-•- I—I— 41 CC
o cr o -.---. ; • 0 X cr 03
Li Q. x La
c.) d ...c
IN
1— fe,„01-64.:811,71,1
i
z
1-11
c)
w X
IS 03 CC *
-41 14 • a
I- C) w a.
.0 C 41
X
CC
CC =I 1.8.1 03 CC
-•
r
Iii /-C.) CC
CC X 0 Ct
a o
MN 0 11.) F-7.Z W W
*
-r-riCli
...
4 o 41
4° 1.1.. - :
ea .4 Lai
1- - . W 2 .z...... .
1
IWO
-31 -7.z id= _. 7° ..: --
W -* z —.
■ It, .:-.*:--.-.2. -41 0
0 M Ls- --.• ' -... , wn
- -. -.... -1 . - 1 --.. It--C.,
4- 2 tll 11- w' --.- 70 - W
C e-4(_.$ Id X I 111■ -- 10 ccca S z
• In „Z --1W - I ()2 c
Nit E
6 „i, 03 r....
> la 7..... 0 f
O C3 CI 9
„9 •„O 1 0 C0 4 t tr
a 1- a
-- -- ce ,e, •
.- s--- -• •
L
.... 0. ''
CsJ Z „9 I
SU W
.-- t 3: .. a
41 * o W
o .c ...• - to
43 X C
V 0 a o•
• o I--
L 0
3 0 et A
rt •-•X 0 0 0 t • C
IBM ei X -J CC -
.r NII „
I 91 L W
,
- b
—
UT
0.._
CC
C.)
—
('4 E • ••• ... m „-ii -.
pi o la
c
0 6- -, -) ..- -- W CC
ea __/.._
13--• .0
CC „9 -.'. -.-
1 c 4.0 W 0.-4
• W . - : u cc
0 4- :7.-----
A 13 0' a_
:. cc
ci_ c L •+- ..
.. -. : -cm
.-_1 ).- 0 0. C
I- ifl 03 o
L t - :: ”
ow 1 • -
o
c
o
o -
rt IlL1
1-
W
1M C>
o
- • ' 1-
4- .2
4-11
ar CI
ow I 22
:-.
a,
. o
_ .
, r „F- 1 1 W
a."
z . „....... W
o
P!.,c 1-
Icc Ida:
tow
I w
= a
raw I
(/)
-at
(....)
.... la c
9 - .... o
3 0
0 0 X IX
W tr
M-4
w a
w L
_ u
,.
c 0
a_
. .01 1
IP a
E 0 t-
o , o
GM t
OM
o rig
a O
1-
14
A C,
z a to
w
W Z U)
I-- W 14 s
Q C) oz Z rn
W 4)
CC > t1. A W d o illi
0 Q
CL W a a E t
- O ao
00
U W C4 O>. z A
(r) C7. C4 A . <*-.
W < E• -�U Li N to la
< a
U 0 C7 W
t
U O m < a
z W a A z
F U ` 4
to W O 1I 4 O
w O J 0
I
Z id
1-
< m Q
M 1
F- b a f
. in a)_
O ,.,.
,,
■
iii
ct W r
v � - ail
0 a z
W O
Z r
. >
•Z iZUj iii
-
IIlliN
\
Ass Ili
I I
1 I la
h ' / I ili
Ii
1
z Q I /�1 ...,___A__Th.
1 1
I I Z z riff
I 1 5
\ 1 �_ Cj Y I-
1.d< O W U U
W
I-m O V)_ a
w CO to
J() .= J
QNmV Q(/)-
UQU '-IJW - OC
CC: - - UU
QMd(O We
CC•,1-c0
la
a
a
CONSTRUCTION PLANS
SEE SEPARATE SET OF 11 x 17 REDUCED PLANS