Loading...
HomeMy WebLinkAbout20 Special Provisions_Add3 CITY OF RENTON SPECIAL PROVISIONS Monroe Ave Infiltration Facility FUNDED IN PART BY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY Monroe Ave Infiltration Facility SP-i Special Provisions City of Renton TABLE OF CONTENTS Page INTRODUCTION TO THE SPECIAL PROVISIONS ................................................................................ 1 DIVISION 1 ............................................................................................................................................... 2 1-01 DEFINITIONS AND TERMS........................................................................................................ 2 1-02 BID PROCEDURES AND CONDITIONS .................................................................................... 4 1-03 AWARD AND EXECUTION OF CONTRACT ........................................................................... 11 1-04 SCOPE OF THE WORK ............................................................................................................ 14 1-05 CONTROL OF WORK ................................................................................................................ 16 1-06 CONTROL OF MATERIAL ......................................................................................................... 24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ........................................... 25 1-08 PROSECUTION AND PROGRESS ........................................................................................... 41 1-09 MEASUREMENT AND PAYMENT ............................................................................................ 47 1-10 TEMPORARY TRAFFIC CONTROL .......................................................................................... 77 1-11 RENTON SURVEYING STANDARDS ....................................................................................... 81 DIVISION 2 ......................................................................................................................................... 8786 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................ 8786 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ........................................................ 8786 2-03 ROADWAY EXCAVATION AND EMBANKMENT................................................................. 8887 DIVISION 5 ......................................................................................................................................... 9290 5-04 HOT MIX ASPHALT .............................................................................................................. 9290 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA .................................................... 117115 DIVISION 6 ..................................................................................................................................... 118116 6-02 CONCRETE STRUCTURES .............................................................................................. 118116 6-03 STEEL STRUCTURES ....................................................................................................... 120118 DIVISION 7 ..................................................................................................................................... 122120 7-04 STORM SEWERS .............................................................................................................. 122120 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ............................................ 125123 7-06 STORMWATER INFILTRATION FACILITY ...................................................................... 129127 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ........................................................ 131129 DIVISION 8 ..................................................................................................................................... 133131 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ......................................... 133131 8-02 ROADSIDE RESTORATION .............................................................................................. 135133 8-12 CHAIN LINK FENCE AND WIRE FENCE .......................................................................... 139137 8-14 CEMENT CONCRETE SIDEWALKS ................................................................................. 140138 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING ..................................... 140138 DIVISION 9 ..................................................................................................................................... 144142 9-03 AGGREGATES ................................................................................................................. 144142 9-05 DRAINAGE STRUCTURES AND CULVERTS .................................................................. 145143 9-14 EROSION CONTROL AND ROADSIDE PLANTING ........................................................ 146144 Monroe Ave Infiltration Facility SP-1 Special Provisions City of Renton INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2023 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (June, 2023 Renton GSP) Also incorporated into the Contract Documents by reference are: · City of Renton Standard Details · King County Road Design and Construction Standards, 2016 Edition · Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition · Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Contractor shall obtain copies of these publications, at Contractor’s own expense. Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary to this Contract, with full rights as such. Monroe Ave Infiltration Facility SP-2 Special Provisions City of Renton DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for stormwater management infrastructure and associated maintenance access road located at 301 Monroe Ave NE, Renton WA 98056; including temporary erosion control, temporary traffic control, clearing and grubbing, earthwork, stormwater conveyance and stormwater management facilities, hot mix asphalt paving, landscaping, illumination, utility adjustments, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required Monroe Ave Infiltration Facility SP-3 Special Provisions City of Renton by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for “Contract”. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Monroe Ave Infiltration Facility SP-4 Special Provisions City of Renton Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (June 2023 Renton GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. Add the following new section: 1-02.1(1) Supplemental Qualifications Criteria (July 31, 2017 APWA GSP) In addition, the Contracting Agency has established Contracting Agency-specific and/or project-specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in Section 1- 02.14 Option C of these Special Provisions. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: Monroe Ave Infiltration Facility SP-5 Special Provisions City of Renton Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General (December 30, 2022 APWA GSP Option A) The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is revised to read: Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information The first two sentences of the first paragraph is revised to read: The Contracting Agency has made subsurface investigation of the site of the proposed Work. The Geotechnical Report, prepared by Aspect Consulting on July 24th, 2023, is included in the bid documents. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. Monroe Ave Infiltration Facility SP-6 Special Provisions City of Renton 1-02.6 Preparation of Proposal (June 2023, Renton GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the business entity shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and may be rejected. Add the following new section: 1-02.6(1) Certification of Compliance with Wage Payment Statutes (June 2023, Renton GSP) The Bidder shall submit with the Bid a completed and sighed “Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non- responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with the Bid. The DOT Form, DOT Form Number and revision date must match the form included in the Bid Documents, otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be rejected. Monroe Ave Infiltration Facility SP-7 Special Provisions City of Renton 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. Add the following new section: 1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order (June 2023, Renton GSP) As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier’s check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non- responsive and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (June 2023, Renton GSP) Revise the first and second paragraph to read: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. Monroe Ave Infiltration Facility SP-8 Special Provisions City of Renton Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (DBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals (June 2023, Renton GSP) Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to bidders of any change will be by addenda. 1-02.13 Irregular Proposals (October 1, 2020 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; Monroe Ave Infiltration Facility SP-9 Special Provisions City of Renton b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit with their proposal, an original Bid Proposal Deposit in an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 102.7; h. The Bidder elects to provide a Proposal Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents as required in Section 1-02.7; i. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; j. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; k. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; l. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; m. The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; n. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; o. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1-02.6(1); p. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or q. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 3. A Proposal will be considered irregular and may be rejected if: Monroe Ave Infiltration Facility SP-10 Special Provisions City of Renton a. The bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6. 1-02.14 Disqualification of Bidders (June 2023 Renton GSP) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. A Bidder may be deemed not responsible and the proposal rejected if: a. More than one Proposal is submitted for the same project from a Bidder under the same or different names; b. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further Bids; c. The Bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The Bidder failed to settle bills for labor or materials on past or current Contracts; g. The Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The Bidder is unable, financially or otherwise, to perform the Work; i. A Bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27). j. The Bidder owes delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue; k. The Bidder is currently debarred or suspended by the Federal government; l. There are any other reasons deemed proper by the Contracting Agency. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1l). To assess Bidder responsibility, the Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all Bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the Supplemental Criteria. The basis for evaluation shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, Monroe Ave Infiltration Facility SP-11 Special Provisions City of Renton historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the Bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two (2) business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. 1-02.15 Pre-Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor’s Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (June 02, 2023 Renton GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and Monroe Ave Infiltration Facility SP-12 Special Provisions City of Renton recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. Revise the first sentence of the third paragraph to read: A Bidder who wishes to claim error after the Bids have been publicly opened and read as required by section1-02.12, shall promptly notify the Contracting Agency that an error has occurred. Revise the last sentence of the fourth paragraph to read: If the Contracting Agency does not concur in the error or determines that the error is not the kind for which the law allows relieve, the Contracting Agency may Award the Contract and if the Bidder refuses to execute the Contract, the Bidder’s Bid deposit shall be forfeited as required by RCW 35.23.352. Per RCW 39.04.107, a low bidder on a public works project who claims error and fails to enter into a contract is prohibited from bidding on the same project if a second or subsequent call for bids is made for the project. Supplement this section as follows: All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.3 Execution of Contract (January 19, 2022 APWA GSP) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18 and a satisfactory bond as required by law. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- Monroe Ave Infiltration Facility SP-13 Special Provisions City of Renton furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of three (3) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Section 1-03.3 is supplemented with the following: It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed Monroe Ave Infiltration Facility SP-14 Special Provisions City of Renton by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 10, 2020 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Standard Specifications, 6. Contracting Agency’s Standard Plans or Details (if any), and 7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. Add the following new section: 1-04.2(1) Contractor-Discovered Discrepancies (June 2023, Renton GSP) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer Monroe Ave Infiltration Facility SP-15 Special Provisions City of Renton finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4(1) Minor Changes (May 30, 2019 APWA GSP) Delete the first paragraph and replace it with the following: Payments or credits for changes amounting to $350,000 or less may be made under the Bid item “Minor Changes”. At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes. All “Minor Changes” work will be within the scope of the Contract Work and will not change Contract Time. 1-04.5 Procedure, Protest, and Dispute by the Contractor (January 19, 2022 APWA GSP) Revise item 1 of the first paragraph to read: 1. Give a signed written notice of protest to the Engineer or the Engineer’s field Inspectors within three (3) calendar days of receiving a change order or an Engineer’s Written Determination. 1-04.6 Variation in Estimated Quantities (June 2023, Renton GSP) Section 1-04.6 is supplemented as follows: The quantities for the following items have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of the final quantity. These items shall not be subject to the provisions of 1-04.6 of the Standard Specifications: · “Resolution of Utility Conflicts” · “Select Borrow” 1-04.8 Progress Estimates and Payments (June 2023, Renton GSP) Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup (June 2023, Renton GSP) Revise the first paragraph in this section as follows: The Contractor shall perform final cleanup as provided in this section to the Engineer’s satisfaction. The Engineer will not establish the Physical Completion Date until this is done. The Right of Way, material sites, any disturbed areas within the temporary construction easement, and all ground the Contractor occupied to do the Work shall be left neat and presentable. The Contractor shall: Monroe Ave Infiltration Facility SP-16 Special Provisions City of Renton Remove all rubbish, surplus materials, discarded materials, falsework, camp buildings, temporary structures, equipment, geogrid, and debris; and Deposit in embankments, or remove from project, all unneeded, oversized rock left from grading, surfacing and paving. Supplement this section as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer’s discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. The Contract price for “Finish and Cleanup, Lump Sum,” shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay items and no further compensation shall be made. City to approve Final Cleanup based on a comparison of the pre-project site condition walk performed with City and Contractor prior to start of Site Mobilization and Contractor restoration after demobilization. City may provide additional direction to have site restored to pre-project level, at no additional payment. 1-05 CONTROL OF WORK Section 1-05.4 is supplemented with the following: 1-05.4 Conformity With and Deviation from Plans and Stakes (June 2023, Renton GSP) If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in " Contractor Surveying" per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Monroe Ave Infiltration Facility SP-17 Special Provisions City of Renton Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. Add the following new section: 1-05.4(3) Contractor Surveying (June 2023, Renton GSP) When the Contract provides for Contractor Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. Monroe Ave Infiltration Facility SP-18 Special Provisions City of Renton If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Add the following new section: 1-05.4(4) Contractor Provided As-Built Information (June 2023, Renton GSP) It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor’s responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. Payment Payment will be made for the following bid item when included in the proposal: "Contractor Surveying", lump sum. The lump sum contract price for "Contractor Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work Monroe Ave Infiltration Facility SP-19 Special Provisions City of Renton corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.10 Removal of Defective and Unauthorized Work (June 2023 Renton GSP) Supplement this section with the following: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or Unauthorized Work.” The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. Monroe Ave Infiltration Facility SP-20 Special Provisions City of Renton The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. Monroe Ave Infiltration Facility SP-21 Special Provisions City of Renton If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract. 1-05.12 Final Acceptance (June 02, 2023 Renton GSP) The third and fourth sentences in paragraph 1 are deleted and replaced with: Monroe Ave Infiltration Facility SP-22 Special Provisions City of Renton The Final Acceptance date shall be that date in which the Renton City Council formally approves the acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (June 2023 Renton GSP) Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor’s Work with theirs. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements (June 2023, Renton GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) Monroe Ave Infiltration Facility SP-23 Special Provisions City of Renton The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: · Actual dimensions, arrangement, and materials used when different than shown in the Plans. · Changes made by Change Order or Field Order. · Changes made by the Contractor. · Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± 0.001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: Monroe Ave Infiltration Facility SP-24 Special Provisions City of Renton · Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: o Additions – Red o Deletions – Green o Comments – Blue o Dimensions – Graphite · Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. · Date all entries. · Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item: “Record Drawings (Minimum Bid $5,000),” per Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use (June 2023 Renton GSP) Supplement this section with the following: The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. Neither the review of the Contractor’s submittal nor the corrections or comments provided, shall create any duty owed to or a cause of action in favor of the Contractor or any Subcontractor. Monroe Ave Infiltration Facility SP-25 Special Provisions City of Renton 1-06.1(2) Request for Approval of Materials (June 2023 Renton GSP) Supplement Section 1-06.1(2) with the following: The Engineer will require up to 7 calendar days from the date each RAM is submitted until its returned to the Contractor. The Contractor shall not proceed with the Work to incorporate the materials included in each RAM until each RAM is approved by the Engineer. As applicable, comments from the Engineer regarding a submitted RAM shall be addressed and resubmitted to the Engineer. Each resubmitted RAM will require up to 7 calendar days from the date of submission until it is returned to the Contractor. 1-06.1(4) Fabrication Inspection Expense (June 27, 2011 APWA GSP) Delete this section in its entirety. 1-06.2(1) Samples and Tests for Acceptance (June 2023 Renton GSP) Supplement Section 1-06.2(1) with the following: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance (June 2023 Renton GSP) Supplement Section 1-06.2(2) with the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: Recycled materials will not be allowed on this project. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). Monroe Ave Infiltration Facility SP-26 Special Provisions City of Renton The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Monroe Ave Infiltration Facility SP-27 Special Provisions City of Renton Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). Section 1-07.2 is supplemented with the following: The project includes work which requires compliance with Rule 171. 1-07.5(3) State Department of Ecology Section 1-07.5(3) is supplemented with the following: Protection of the Environment: No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. 1-07.6 Permits and Licenses This Section is supplemented with the following: (January 2, 2018, WSDOT GSP) Monroe Ave Infiltration Facility SP-28 Special Provisions City of Renton The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits, including a copy of the Transfer of Coverage form, when applicable, are required to be onsite at all times. Contact with the permitting agencies, concerning the below-listed permit(s), shall be made through the Engineer. The Contractor shall be responsible for obtaining Ecology’s approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. King County Special Use Permit Section 1-07.6 is supplemented as follows: (April 3, 2023 Renton GSP) The prime contractor shall provide proof of State L & I contractors’ registration and City business license prior to contract execution. All subcontractors shall provide proof with the Request to Sublet and prior to beginning work on-site. 1-07.7 Load Limits (June 2023, Renton GSP) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(5)C Certified Payroll (June 2023, Renton GSP) Delete the first paragraph, and replace it with the following: The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project’s funding source. 1-07.11 Requirements for Non-Discrimination Add the following new section: 1-07.11(11) City of Renton Affidavit of Compliance (June 2023, Renton GSP) Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound in the bid documents. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General (June 2023, Renton GSP) Section 1-07.13(1) is supplemented as follows: See 8-01 for additional construction requirements regarding implementation of the SWPPP and TESC Plan. Monroe Ave Infiltration Facility SP-29 Special Provisions City of Renton During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution/Erosion Control (June 2023, Renton GSP) Section 1-07.15 is supplemented with the following: The Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final Stormwater Pollution Prevention Plan (SWPPP). The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for Monroe Ave Infiltration Facility SP-30 Special Provisions City of Renton groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall: · Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; · Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; · Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; · Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; · Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; · Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”; · Design and operate dewatering system that will not remove natural soils; · Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and · Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. Monroe Ave Infiltration Facility SP-31 Special Provisions City of Renton At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPP to the Engineer for review as specified for the original plan. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.17 Utilities and Similar Facilities This Section is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Call-Before-You-Dig number: 1-800-424-5555 Puget Sound Energy (Electric) Attention: Dustin Weller Telephone: (206) 379-4347 Dustin.Weller@PSE.com Lumen Attention: Jesse Patjens Telephone: (425) 429 - 5722 Jesse.Patjens@lumen.com City of Renton (Fiber Optic) Attention: Brett Tietjen 1055 S Grady Way City of Renton (Public Works Dept) Attention: Jared McDonald 1055 S Grady Way Monroe Ave Infiltration Facility SP-32 Special Provisions City of Renton Renton, Wa 98057 Telephone:(425) 430-6873 BTiejen@rentonwa.gov Renton, Wa 98057 Telephone: (425) 757-7718 jmcdonald@rentonwa.gov 1-07.17(1) Utility Construction, Removal, or Relocation by the Contractor This Section is supplemented with the following: The Contractor shall perform the construction, removal, protection, or relocation of the following utilities, as shown in the Plans: · Lumen – pothole to verify conduits extents at storm pipe crossing at storm pipe crossing under west shoulder of Monroe Ave NE, approx. 25’ west from Monroe Ave NE centerline; protect existing conduits at storm pipe crossings and proximity under Monroe Ave NE. · Lumen – pothole to verify duct bank bury depth at storm pipe crossing on Monroe Ave NE (pothole within one week after mobilization); protect duct bank and conduits at storm crossing under Monroe Ave NE. · Lumen – Protect existing junction box at access road entrance, replace existing junction box cover with cover rated for H-25 loading. · Puget Sound Energy (PSE) – relocate existing illumination pole (PSE ID #318077- 166861) and associated junction. · Puget Sound Energy (PSE) – protect overhead regional transmission power lines. · City of Renton (Sewer) – pothole to verify sewer depth, and protect existing sewer at storm pipe crossing under Monroe Ave NE. · King County Communications – pothole to verify depth of communication conduit and structure to west side of Monroe Ave NE and protect existing conduits at storm pipe crossing. · City of Renton (Fiber Optic) – pothole to verify depth of fiber optic conduit in west shoulder of Monroe Ave NE, approx. 6-feet from face of curb; and protect existing conduits at storm pipe crossing. Add the following new section: 1-07.17(3) Utility Potholing Where indicated on the Plans, the Contractor shall pothole utilities within one week of mobilization. The Contractor may also pothole existing utilities in advance of the Work at their discretion. Potholing will be paid for when shown on the Plans. Within areas open to traffic or public use, potholing shall be performed using a vactor or similar method to minimize the area disturbed. The hole shall be backfilled with crushed surfacing aggregate to fill all voids. Within areas that are not reconstructed as part of this project, surfacing shall match existing. Within areas to be reconstructed, the Contractor shall propose a surfacing method to be approved by the Engineer, with the intent that the surfacing will endure until final restoration. Payment Payment will be made for the following Bid Item when listed in the Proposal: “Utility Potholing”, per each location called out on the plans. Monroe Ave Infiltration Facility SP-33 Special Provisions City of Renton Add the following new section: 1-07.17(4) Resolution of Utility Conflicts (June 2023, Renton GSP) In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: 1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust their work schedule and/or reassign their work forces and equipment to other areas of work to minimize standby time. 2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: 1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain, undergrounding of overhead utilities, illumination, and signal, to avoid existing utility conflicts. 2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (December 30, 2022 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. Monroe Ave Infiltration Facility SP-34 Special Provisions City of Renton The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: · the Contracting Agency and its officers, elected officials, employees, agents, and volunteers · Otak, Inc. and its officers, employees, and agents · Washington State Department of Ecology, and its officers, employees, and agents The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Monroe Ave Infiltration Facility SP-35 Special Provisions City of Renton Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1 07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be Monroe Ave Infiltration Facility SP-36 Special Provisions City of Renton construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess or Umbrella Liability The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than described herein. This excess or umbrella liability coverage shall be excess over and at least as broad in coverage as the Contractor’s Commercial General and Auto Liability insurance. Monroe Ave Infiltration Facility SP-37 Special Provisions City of Renton All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor’s Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor’s primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. Such policy must provide the following minimum limit: Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 1-07.18(5)E Pollution Liability The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor’s operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-07.18(5)F Professional Liability The Contractor and/or its subcontractor(s) and/or its design consultant providing construction management, value engineering, or any other design-related non-construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy shall provide the following minimum limits: $1,000,000 per claim and annual aggregate If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability. If insurance is on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be not later than the effective date of this Contract. 1-07.22 Use of Explosives (June 02, 2023 Renton GSP) Section 1-07.22 is supplemented by the following: Monroe Ave Infiltration Facility SP-38 Special Provisions City of Renton Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the property authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety (June 02, 2023 Renton GSP) 1-07.23(1) Construction Under Traffic This Section is supplemented with the following: Lane closures are subject to the following restrictions: · Full road closures will not be allowed. · Lane closures are not permitted on NE 4th Street. · No lane closure or work will be allowed on any of the following: o A holiday, o A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Exceptions to these restrictions may be considered by the Engineer on a case-by-case basis following a written request by the Contractor. Pedestrian Access The Contractor shall keep all pedestrian routes and access points (including sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan or as shown in the Plans. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. Local and Emergency Access All traffic control actions shall allow school buses and emergency vehicles to proceed without any delay. Local access shall be maintained at all times unless otherwise permitted by the City and advanced notification to property owners is provided. Notifications Monroe Ave Infiltration Facility SP-39 Special Provisions City of Renton Traffic Control Plans shall be submitted for review and approval in accordance with Section 1-10.2(2). After traffic control plans have been reviewed and approved by the Engineer, the Contractor may notify the Engineer in writing 5 working days in advance of any lane closure, sidewalk closure, or both. The Contractor shall notify the Engineer in writing 5 working days in advance of any full roadway closure. The Contractor shall notify the local fire, police, emergency service, and city engineering departments; Medic 1 and Metro Transit (206-684-2732) when applicable; transit companies; and the affected school district(s) in writing a minimum of 5 working days prior to each closure. The Contractor shall furnish copies of these notifications to the Engineer. 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire Monroe Ave Infiltration Facility SP-40 Special Provisions City of Renton for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. Supplement Section 1-07.24 with the following: The City of Renton has obtained a temporary construction easement for the following purposes: · Earthwork, grading, installation of infiltration facility, installation of stormwater infrastructure, paving permanent access road, and landscaping activities · The Contractor shall be responsible for maintaining the covered stockpile embankment. Stockpiled material may become unworkable if improperly covered. Improper maintenance of stockpile embankment · The Contractor shall be responsible for maintaining temporary overflow pipes and temporary stormwater infiltration pond for off-site stormwater runoff. Add the following new section: 1-07.29 Confined Space Entry (June 2023, Renton GSP) The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City’s Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the programs followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each confined space to be entered. Never leave the confined space open and unattended. Monroe Ave Infiltration Facility SP-41 Special Provisions City of Renton The contractor’s or consultant’s point of contact with the City in regard to confined space entry will be the City’s assigned construction inspector. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period 7:00AM and 5:00PM, Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than three (3) working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: Monroe Ave Infiltration Facility SP-42 Special Provisions City of Renton 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 3. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 4. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. Add the following new section: 1-08.0(3) Reimbursement of Overtime Work of Contracting Agency Employees (June 2023, Renton GSP) Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8- hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting (June 2023, Renton GSP) Section 1-08.1 is supplemented as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that they are fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(7)A Payment Certification (June 2023, Renton GSP) Monroe Ave Infiltration Facility SP-43 Special Provisions City of Renton Revise this section to read “Vacant”. 1-08.2 Assignment (June 2023, Renton GSP) The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule (June 2023, Renton GSP) Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Monroe Ave Infiltration Facility SP-44 Special Provisions City of Renton Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Add the following new section: 1-08.4(2) Weekly Meetings Monroe Ave Infiltration Facility SP-45 Special Provisions City of Renton Weekly meetings will be held to discuss the work, resolve any quantity or payment issues, review the Contractor’s Progress Schedule, discuss weekly look-ahead schedules and review the Record Drawings. 1-08.5 Time for Completion (January 19, 2022 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 Supplement this section with the following: This project shall be physically completed within 283 320 working days. Monroe Ave Infiltration Facility SP-46 Special Provisions City of Renton 1-08.6 Suspension of Work (June 2023 Renton GSP) Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor’s diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension (June 2023 Renton GSP) Revise the second paragraph as follows: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages (June 2023, Renton GSP) Revise the second and third paragraphs to read: Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount of $500 for each working day beyond the number of working days established for Physical Completion, and 2. In addition to the terms outlined under item 1, To pay liquidated damages in the amount of $74,687.00 if Physical Completion is not achieved by April 15, 2025 and to pay an additional $74,687.00 every thirty (30) calendar days after April 15, 2025, and 3. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages identified above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Monroe Ave Infiltration Facility SP-47 Special Provisions City of Renton Section 1-08.9 is supplemented as follows: In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provisions of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorney’s fees, from the Contractor. Add the following new section: 1-08.12 Attention to Work (June 2023, Renton GSP) The Contractor shall give their personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when they are not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to them or to their authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities (June 2023 Renton GSP) Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards Monroe Ave Infiltration Facility SP-48 Special Provisions City of Renton 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for the Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, Option 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day’s hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily Report, unless the printed ticket contains the same information that is on the Scaleman’s Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Monroe Ave Infiltration Facility SP-49 Special Provisions City of Renton Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.3 Scope of Payment (June 2023 Renton GSP) Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material “furnished,” but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Monroe Ave Infiltration Facility SP-50 Special Provisions City of Renton 1-09.7 Mobilization (June 2023 Renton GSP) Section 1-09.7 is supplemented by as follows: Mobilization shall also include, but not be limited to, the following items: pre-mobilization site walk with City to determine and document existing site conditions within site for comparison at end of project for Final Cleanup, the movement of Contractor's personnel, equipment, supplies, and incidentals to and from the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. Mobilization shall also include all activities required to demobilize from site and provide Final Cleanup, per Special Provisions Section 1-04.11, including a final site walk with City. Payment will be made for the following bid item(s): “Mobilization,” Lump Sum. 1-09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. (January 19, 2022 APWA GSP) Section 1-09.9 is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: Monroe Ave Infiltration Facility SP-51 Special Provisions City of Renton 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 05.1. Failure to perform any of the obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved. Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Monroe Ave Infiltration Facility SP-52 Special Provisions City of Renton Contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that affect the Work under the Contract. Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 1-09.9(1) Retainage (June 2023, Renton GSP) Supplement this section with the following: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. Add the following new section: 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts (June 2023, Renton GSP) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer’s review of the Contractor’s approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved Monroe Ave Infiltration Facility SP-53 Special Provisions City of Renton unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor’s approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture’s Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. Add the following new section: 1-09.9(3) Final Payment (June 2023, Renton GSP) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE Monroe Ave Infiltration Facility SP-54 Special Provisions City of Renton requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30- calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11(2) Claims (June 2023, Renton GSP) Revise paragraph 5 to read: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time Monroe Ave Infiltration Facility SP-55 Special Provisions City of Renton period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claims Resolution 1-09.13(1) General (January 19, 2022 APWA GSP) Revise this section to read: Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be complied with in full as a condition precedent to the Contractor’s right to seek claim resolution through binding arbitration or litigation. Any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation. The Contractor and the Contracting Agency mutually agree that those claims or causes of action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. The Contractor and the Contracting Agency mutually agree that those claims or causes of action in excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Initiate Arbitration (June 2023 Renton GSP) Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving Monroe Ave Infiltration Facility SP-56 Special Provisions City of Renton and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.13(4) Venue for Litigation (January 19, 2022 APWA GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. Add the following new section: 1-09.14 Payment Schedule (June 2023, Renton GSP) Measurement and Payment Schedule for Bid Items in This Project Proposal GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. Monroe Ave Infiltration Facility SP-57 Special Provisions City of Renton C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. D. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. Add the following new section: 1-09.14(2) Bid Items (June 2023, Renton GSP) The project is defined as following two stages of work. All bid items under “Schedule A Bid Items - Common to Stage 1 and Stage 2” shall be shared items under both Stage 1 and Stage 2 of work. All bid items under “Schedule B Bid Items - Stage 1” shall be items associated with Stage 1 of work, as indicated in the Plans. All bid items under “Schedule C Bid Items - Stage 2” shall be non-landscaping items associated with Stage 2 of work, as indicated in the Plans. All bid items under “Schedule D Bid Items - Landscaping” shall be landscaping items associated with Stage 2 of work, as indicated in the Plans. 1-09.14(2)A Bid Items Common to Stage 1 and Stage 2 1-09.14(2)A1 Minor Changes (Bid Item A1) - Estimate For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for “Minor Changes” in the Proposal to become a part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). 1-09.14(2)A2 Contractor Surveying (Bid Item A2) – Lump Sum There will be no specific measurement for the lump sum bid item “Contractor Surveying.” Payment for the bid item “Contractor Surveying” will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying and staking. Monroe Ave Infiltration Facility SP-58 Special Provisions City of Renton Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards in Special Provision Section 1-11. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide construction surveying and survey of the finished improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, elevations of proposed access road along centerline, fittings and dimensions of existing and proposed stormwater facilities, inverts of proposed stormwater facilities, location of proposed power junction boxes and conduit, measurement of existing onsite stockpile prior to Contractor excavation, and measurement of onsite stockpile after Contractor excavation, and preparation of cut- sheets. Said payment will be complete compensation for all labor, materials, equipment, tools all incidental work needed to provide for the Contractor prepared Record Drawings, which is paid per Bid Item C1. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. 1-09.14(2)A3 SPCC Plan (Minimum Bid $5,000) (Bid Item A3) – Lump Sum Measurement and payment shall be per WSDOT Standard Specification 1-07.15. 1-09.14(2)A4 Type B Progress Schedule (Minimum Bid $10,000) (Bid Item A4) – Lump Sum There will be no specific measurement for the lump sum bid item “Type B Progress Schedule (Minimum Bid $10,000).” The lump sum price shown will cover the complete cost of a Type B Progress Schedule and weekly look ahead schedules. The Type B Progress Schedule will be inclusive of all major items of work. Payment for the bid item “Type B Progress Schedule (Minimum Bid $10,000)” will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2023 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all preparation, maintenance, and updates of a Type B Progress Schedule. 1-09.14(2)A5 Mobilization (Bid Item A5) – Lump Sum There will be no specific unit of measurement for the lump sum bid item “Mobilization.” Payment for the bid item “Mobilization” will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2023 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and Final Cleanup of the construction site. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, demobilization, Final Site Cleanup, safety plan, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents. Monroe Ave Infiltration Facility SP-59 Special Provisions City of Renton This bid item may not be more than 9% of the total bid for all the schedules. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. Also included shall be a Type B Progress Schedule and weekly look ahead schedules. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City ROW and commercial and residential access. The Contractor shall schedule a pre-mobilization site walk with the City prior to bringing materials and equipment onsite to establish and document a pre-site condition. The pre-site condition will be used to determine whether Final Cleanup has been sufficiently performed per Special Provision 1-04.11. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule including a Type B Progress Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Temporary Erosion and Sediment Control Plan for all stages of the project D. Traffic Control Plan, including truck routing, frequency, and staging; provisions for cleaning and sweeping of any impacted roadways. Traffic Control plan must including maintaining at least 1 open lane, and limit impacts to traffic along NE 4th St. E. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. F. Pedestrian Handling Plan. The Work Plan shall be submitted to the City for review and approval within 10 days of the contract award. 1-09.14(2)A6 Project Temporary Traffic Control (Bid Item A6) – Lump Sum There will be no specific measurement for the lump sum bid item “Project Temporary Traffic Control.” Monroe Ave Infiltration Facility SP-60 Special Provisions City of Renton Payment for bid item “Project Temporary Traffic Control” will be per lump sum and shall be based on the percentage of total work complete, at the time of measurement in conformance with the Contract Documents. Payment for “Project Temporary Traffic Control” Work will be based on the percentage of total work complete, at time of measurement in conformance with the Contract Documents. Payment will be complete compensation for preparing and submitting a traffic control plan and pedestrian handling plan as well as all labor, tools, materials, equipment used in accordance with the approved Traffic Control Plan and pedestrian handling plan that is not included in other bid items. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1-10.3, and in the Traffic Control Information. Payment shall include but not be limited to providing for public convenience and safety, flaggers, traffic control supervisor, construction signs, detours, barricades, sequential arrow boards, a minimum of two Portable Changeable Message Signs, traffic control devices, truck-mounted attenuator, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City’s Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as-built plans. All adjustments to the Traffic Control Plan are considered incidental, and no additional payment will be made for adjustments. 1-09.14(2)A7 Removal of Structures and Obstructions (Bid Items A7) – Lump Sum Measurement and payment shall be per WSDOT Standard Specification 2-02. All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. “Removal of Structures and Obstructions” shall not be specifically measured. However, the following approximate quantities have been estimated for items to be removed, abandoned, salvaged, reset or relocated. Items to be Removed Approximate Quantity of Work Sidewalk 20.0 SY Existing Chain Link W/ Wood Slat Privacy Fence 65.0 LF Curb and gutter 90.0 LF Sawcutting 140.0 LF De-Energizing and Removing Existing Luminaire 1 EA Monroe Ave Infiltration Facility SP-61 Special Provisions City of Renton 1-09.14(2)A8 Non-Infiltration Material Incl. Haul (Bid Item A8) – Cubic Yard “Non-Infiltration Material Incl. Haul” will be measured by the cubic yard. Measurement by cubic yard will be made for the installed volume in-place after compaction. Computation of Non-Infiltration Material Quantities Only one determination of the original ground elevation (lower pay limit) will be made on this project for the Non-Infiltration Zone based on the original ground elevation recorded previous to the award of this contract. As shown in the Plans, a digital terrain surface was also created for the top (upper pay limit) of the Non-Infiltration Zone. The Non-Infiltration Material Incl. Haul quantities will be computed by means of electronic data processing equipment by the finite element analysis method utilizing digital terrain modeling techniques. The digital terrain model surfaces and calculations will be available to the successful Bidder. The Contractor may choose to conduct their own survey of original ground, at no additional cost to the City, prior to placing Non-Infiltration Material and submit to the Engineer for review. Any Contractor performed survey to verify Non-Infiltration Material Incl. Haul quantities shall conform to Section 1-11 of the Special Provisions and shall meet the following requirements: 1. Survey shall performed by a license surveyor. 2. Survey shall be provided to the Contracting Agency as an electronic digital terrain surface. 3. Density of surveyed elevation points shall be equivalent to the density of survey points shown in the original ground digital terrain surface provided by the Contracting Agency. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Adjustments to Non-Infiltration Material quantity will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Except in the case of discrepancies found or the work is modified as directed by the Engineer, the quantity paid will be as shown in this section of the Special Provisions. Calculations will be provided to the successful Bidder. Payment for the Non-Infiltration Material Incl. Haul will be based on the percentage of total bid quantity in cubic yards that has been installed, at the time of measurement in conformance with the Contract Documents. For the purposes of bid preparation, it can be assumed that the existing on-site stockpile shown on plan sheet C103 will provide 20,000 cubic yards of compacted volume for the Non-Infiltration Material Incl. Haul Item. Excavation of the existing on-site stockpile will not be measured and paid separately and shall be considered incidental to the “Non-Infiltration Material Incl. Haul” Item. The on-site stockpile shall be protected from weather per Special Provision 2-03.3(14)N. “Non-Infiltration Material Incl. Haul” shall conform to the gradation and requirements presented in Section 2-03 of these Special Provisions. Monroe Ave Infiltration Facility SP-62 Special Provisions City of Renton “Non-Infiltration Material Incl. Haul” will be paid per cubic yard. The unit Contract price per cubic yard for “Non-Infiltration Material Incl. Haul” shall be full compensation for all costs incurred for the excavation, loading, hauling, placing, and compacting of the material. If suitable material excavated on-site under the Item “Unclassified Excavation Material Incl. Haul” is re-used as backfill in the Non-Infiltration Zone, at the approval of the Engineer, it will be measured and paid a second instance as part of the “Non-Infiltration Material Incl. Haul” Item per this section of the Special Provisions. If crushed surfacing top course material installed under the Item “Temporary Construction Access Road” is re-used as backfill in the Non-Infiltration Zone, it will be measured and paid a second instance as part of the “Non-Infiltration Material Incl. Haul” Item per this section of the Special Provisions. If quarry spalls material installed under the Item “Temporary Slope Protection” is re-used as backfill in the Non-Infiltration Zone, it will be measured and paid a second instance as part of the “Non-Infiltration Material Incl. Haul” Item per this section of the Special Provisions. For further Description and Construction Requirements for “Non-Infiltration Material Incl. Haul”, see Special Provisions 2-03. 1-09.14(2)A9 Non-Woven Geotextile Fabric (Bid Item A9) – Square Yard Measurement and payment will be per WSDOT Standard Specification 2-12. Non-Woven Geotextile Fabric shall be Non-Woven Geotextile for Underground Drainage, Moderate Survivability Class C Per WSDOT 9-33.2(1) Tables 1 and 2. The payment for “Non-Woven Geotextile Fabric” per square yard shall be full compensation for furnishing and installing the geotextile fabric; including but not limited to seam jointing tape, and all necessary work to complete the installation as shown in the Plans. 1-09.14(2)A10 Crushed Surfacing Top Course (Bid Item A10) – Ton Measurement and payment will be per WSDOT Standard Specification 4-04. This bid item includes the Crushed Surfacing Top Course associated with Gravity Block Wall Leveling Pad; leveling pads for the: Treatment Vault, Infiltration Chamber Manifold Vault, Hydrodynamic Separator, Flow Splitter Vault; permanent roadway sub-base; Monroe Ave pavement restoration; landscape strips at driveway; and shoulder top dressing. Any Crushed Surfacing Top Course used for the Temporary Construction Access Road is not paid for by this bid item, but instead paid for under 1-09.14(2)A11 Bid Item A11 “Temporary Construction Access Road”. 1-09.14(2)A11 Temporary Construction Access Road (Bid Item A11)– Lump Sum There will be no specific unit of measurement for the lump sum bid item “Temporary Construction Access Road”. Monroe Ave Infiltration Facility SP-63 Special Provisions City of Renton Payment will be made for the bid item “Temporary Construction Access Road” per Lump Sum. Payment for the Temporary Construction Access Road Work will be made at the lump sum contract price (NOT to exceed 80% of bid price prior to completion of construction) and shall be based on the percentage of total work complete, at time of measurement in conformance with the Contract Documents. Payment of the remaining 20% will be made upon completion and final clean-up of the construction site. Payment will be complete compensation for the furnishment, installation, and maintenance of the temporary construction access road. This payment shall include, but not be limited, to furnishing and installation, and continual maintenance of a biaxial geogrid, and 6” depth CSTC wearing course during the duration of the project as required to protect the site and infiltration zone per Special Provisions section 8-01.1. The lump sum for “Temporary Construction Access Road” shall also include all Work associated with the manufacture, installation, and maintenance of the Public Information Sign, as shown in the Plans. The Public Information Sign is to be shown in location indicated in the Plans, installed per the Site Preparation Notes included in the Plans, and maintained for the duration of the project. See Special Provisions Section 8-01 for Description and Construction Requirements. 1-09.14(2)A12 Stormwater Pollution Prevention Plan (SWPPP) and Implementation (Bid Item A12) – Lump Sum There will be no specific measurement for the lump sum bid item “Stormwater Pollution Prevention Plan (SWPPP) and Implementation.” Payment will be made for the bid item “Stormwater Pollution Prevention Plan (SWPPP) and Implementation” per Lump Sum. The lump sum price for “Stormwater Pollution Prevention Plan (SWPPP) and Implementation” shall be full pay for all labor, material, tools, equipment, and other incidental costs required to prepare the Stormwater Pollution Prevention Plan (SWPPP) and Temporary Erosion and Sediment Control Plan as describe in Section 1-07.15 and implement the temporary erosion and sediment control BMPs described in Section 8-01 including but not limited to installation, monitoring, and maintenance of catch basin inserts, filter fabric fencing, sediment ponds, straw wattles, pumping of construction water, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor’s use of Baker Tanks, as needed during construction and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Work shall include coordination, permitting, fees, approval and treatment required by the City of Renton as required in 1-07.15 if discharging to the sanitary sewer. Monroe Ave Infiltration Facility SP-64 Special Provisions City of Renton 1-09.14(2)A13 Erosion Control and Water Pollution Control (Bid Item A13) – Lump Sum Measurement and payment for Erosion Control and Water Pollution Control will be per WSDOT Standard Specifications 8-01. 1-09.14(2)A14 Tire Wash (Bid Item A14) – Lump Sum There will be no specific measurement for the lump sum bid item “Tire Wash.” Payment will be made for the bid item “Tire Wash” per Lump Sum. Payment for the bid item “Tire Wash” will be based on the percentage of total work complete at the time of measurement in conformance with the Contract Documents. Payment will be complete compensation for the furnishment, installation, and maintenance of the tire wash. This payment shall include, but not be limited, to installing a recycling spray tire wash station, including any ongoing maintenance such as collection and removal from site of tire wash water. See WSDOT Standard Specifications 8-01 for additional information. 1-09.14(2)A15 Temporary Chain Link Fence (Bid Item A15) – Linear foot Measurement of 6-ft high “Temporary Chain Link Fence” shall be per linear foot of completed fence, along the ground line, exclusive of openings. Payment for 6-ft high “Temporary Chain Link Fence” shall be per Linear Foot, and shall be full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work as defined in the plans, specifications and special provisions. Ends, corners, posts, footings, placement and deconstruction and removal are considered incidental to and included in the unit price of the fence, and no separated payment will be made. 1-09.14(2)A16 Temporary Double 20-Ft. Wide Chain Link Gate (Bid Item A16) – Each Measurement of “Temporary Double 20-Ft. Wide Chain Link Gate” shall be per each. Payment for “Temporary Double 20-Ft. Wide Chain Link Gate” shall be per each, and shall be full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work as defined in the plans, specifications and special provisions. Ends, corners, posts, footings, placement and deconstruction and removal are considered incidental to and included in the unit price of the fence, and no separated payment will be made. 1-09.14(2)B Bid Items Specific to Schedule B – Stage 1 Schedule B – Stage 1 includes all work associated with the following items: General Requirements: Utility Potholing, confirming location of utilities along Monroe Ave Earthwork: Clearing and Grubbing; High Visibility Fence; haul and place of Select Borrow Incl Haul; haul and place Infiltration Gravel Incl. Haul, haul and place Non-Infiltration Material Miscellaneous Construction: Furnish and Install Gravity Block Wall intended as separation measure between the infiltration rock and the backfill outside of the infiltration area. Monroe Ave Infiltration Facility SP-65 Special Provisions City of Renton 1-09.14(2)B1 Utility Potholing (Bid Item B1) – Each Measurement and payment for “Utility Potholing” shall be per each for each pothole completed in conformance with the Contract Documents. “Utility Potholing” is intended to be additional potholing as shown on the plans and/or directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Other than potholes specifically called out in the plans, only potholes approved by the City provided inspector or Engineer will be approved for payment. All other potholes will be considered a benefit to the Contractor and included in the contract price for the utility to be installed. 1-09.14(2)B2 Clearing and Grubbing (Bid Item B2) – Lump Sum Measurement and payment shall be per WSDOT Standard Specification 2-01. 1-09.14(2)B3 Select Borrow Incl. Haul (Bid Item B3) – Ton “Select Borrow Incl. Haul” will be measured by the ton. “Select Borrow Incl. Haul” shall conform to the gradation presented in Special Provisions Section 9-03.14(2) Select Borrow. “Select Borrow Incl. Haul” will be paid per ton. The unit Contract price per ton for “Select Borrow Incl. Haul” shall be full compensation for all costs incurred for the loading, hauling, placing, material testing, and compacting of the material. Material testing shall be provided by the Contractor and shall be in the form of supplying a gradation report from the material source for Engineer approval twice a week during the installation of the Select Borrow to verify ongoing conformity of supplied material to required gradation. 1-09.14(2)B4 Infiltration Gravel Incl. Haul (Bid Item B4) – Ton “Infiltration Gravel Incl. Haul” will be measured by the ton. “Infiltration Gravel Incl. Haul” shall meet the construction methods presented in these Special Provisions Section 2-03.3(14)F Infiltration Gravel. “Infiltration Gravel Incl. Haul” shall conform to the gradation presented in Special Provisions Section 9-03.16. “Infiltration Gravel Incl. Haul” will be paid per ton. The unit Contract price per ton for “Infiltration Gravel Incl. Haul” shall be full compensation for all costs incurred for the loading, hauling, placing, material testing, and compacting of the material. Material testing shall be provided by the Contractor and shall be in the form of supplying a gradation report from the material source for Engineer approval twice a week during the installation of the Infiltration Gravel to verify ongoing conformity of supplied material to required gradation. 1-09.14(2)B5 High Visibility Fence (Bid Item B5) – Linear Foot Measurement for “High Visibility Fence” will be measured per Linear Foot installed length. Payment for “High Visibility Fence” shall be full pay for the furnishment, installation, and maintenance of High Visibility Fence per WSDOT STD Plan I-10.10-01. 1-09.14(2)B6 Gravity Block Wall (Bid Item B6) – Square Foot Measurement and Payment for “Gravity Block Wall” will be per Square Foot, per WSDOT Standard Specification 8-24. Monroe Ave Infiltration Facility SP-66 Special Provisions City of Renton The Crushed Surfacing Top Course leveling pad will be paid separately, under Bid Item 1- 09.14(2)A10 “Crushed Surfacing Top Course”. See Special Provision 8-24 for Description, Materials and Construction Requirements. 1-09.14(2)B7 MIRAFI FW402 Woven Geotextile Fabric (Bid Item B7) – Square Yard Measurement and Payment for “MIRAFI FW402 Woven Geotextile Fabric” will be per Square Yard, per WSDOT Standard Specification 2-12. See Special Provisions 2-12 for description and approved equal material requirements. 1-09.14(2)C Bid Items Specific to Schedule C – Stage 2 Schedule C – Stage 2 includes all work associated with the following items: General Requirements: Record Drawings, Property Restoration; Earthwork: including placement and compaction of Non-Infiltration Material, Gravel Borrow Incl Haul, Shoring or Extra Excavation Class A, Shoring or Extra Excavation Class B; Bases work: work involving the furnishing, placing, and compacting Crushed Surfacing Top Course; Surface Treatments and Pavements: HMA CL. ½” PG 64-22 Structures: Grated Vault Top – fabricated steel supports and grates for the top of the Treatment Vault Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains and Conduits: involved in the furnishing and installation of Treatment Vault, Polypropylene Storm Sewer Pipe, Hydrodynamic Separator Vault, Flow Splitter Vault, Stormwater Infiltration Facility, Catch Basin Type 2 - __-IN. Diam., Connection to Drainage Structure, Plug and Abandon Existing Storm Sewer Pipes Miscellaneous Construction: Concrete work including the installation of Cement Concrete Traffic Curb, Cement Concrete Traffic Curb and Gutter, Cement Concrete Rolled Curb, Cement Concrete Driveway Entrance Type 2, Cement Concrete Sidewalk. Furnish and installation of Black Vinyl Chain Link Fence and Chain Link Fence with Privacy Slats, Furnish and Installation of Swing Gate and Chain Link Fence with Privacy Slats Gate. Adjustment of Utility Box Covers to finished grade. Illumination System (removal of existing luminaire and the installation of new junction boxes, conduit, luminaire and concrete luminaire pad). 1-09.14(2)C1 Record Drawings (Minimum Bid $5,000) (Bid Item C1) – Lump Sum There will be no specific unit of measurement for the lump sum bid item “Record Drawings (Minimum Bid $5,000).” Payment will be made for the bid item “Record Drawings (Minimum Bid $5,000)” per Lump Sum and based on the percentage of total Work complete at the time of measurement in conformance with the Contract Documents. The pay item for “Record Drawings (Minimum Bid $5,000)” shall be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide “red line” as- built drawings for pay estimate submittal with fittings and dimensions of existing and proposed stormwater facilities installed or encountered during the pay period, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor Monroe Ave Infiltration Facility SP-67 Special Provisions City of Renton that contains the as-built information and copies of field notes, and furnishing and resetting property corners when disturbed by the contractor’s activities. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as-constructed information by the Engineer. Survey shall be per Special Provision Section 1-05.4 and City of Renton Surveying Standards in Special Provision Section 1-11. The as-built survey shall be per Special Provisions Section 1-11. The contractor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. All work associated with Surveying is paid for solely per Bid Item A2. 1-09.14(2)C2 Unclassified Excavation Incl. Haul (Bid Items C2) – Cubic Yard “Unclassified Excavation Incl. Haul” will be measured by the cubic yard in the position it occupied before the excavation was performed. Computation of Excavation Quantities One determination of the original ground elevation will be made on this project based on the original ground elevation recorded previous to the award of this contract. For Unclassified Excavation, the original ground will be compared with the planned subgrade or by the pay limits shown in the Plans, or as defined by Section 2-09.4, whichever results in the least quantity. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Except in the case of discrepancies found or the work is modified as directed by the Engineer, the quantity paid will be as shown in this section of the Special Provisions. Calculations will be provided to the successful Bidder. “Unclassified Excavation Incl. Haul,” will be paid per cubic yard. The unit Contract price per cubic yard for “Unclassified Excavation Incl. Haul” shall be full compensation for all costs incurred for the excavating, loading, stockpiling, hauling, placing, compacting, or otherwise disposing of the material. See Special Provision section 1- 09.14(2)A8 and section 2-03.3(14)N for Unclassified Excavation material that may be re- used under the “Non-Infiltration Material Incl. Haul” Item. Unclassified Excavation Incl. Haul shall include excavation for the items of work listed in the following table: Description Approximate Quantity (CY) Maintenance Road Pavement, Curbs, Gutters, Shoulders 958 NW Corner of Chamber Gallery 90 South Side of Play Field 1582 Monroe Ave Infiltration Facility SP-68 Special Provisions City of Renton Unidentified Excavation 70 Total 2700 1-09.14(2)C3 Gravel Borrow Incl. Haul (Bid Item C3) – Ton “Gravel Borrow Incl. Haul” will be measured by the ton. “Gravel Borrow Incl. Haul” will be paid per ton. The unit Contract price per ton for “Gravel Borrow Incl. Haul” shall be full compensation for all costs incurred for the furnishing, hauling, placing, compacting, or otherwise disposing of the material. Work included in the bid item “Gravel Borrow Incl. Haul” includes the furnishing, hauling, placing, compacting the Gravel Borrow associated with embankments, as indicated in the plans. Gravel Borrow Incl. Haul shall include items of work listed in the following table: Description Approximate Quantity (TN) Embankment around Stormwater Infiltration Facility 5450 Storm Sewer Trench Backfill 1240 See WSDOT Standard Specification 2-03 for Description, Materials, and Construction Requirements. 1-09.14(2)C4 Gravel Backfill for Walls (Bid Item C4) – Ton “Gravel Backfill for Walls” will be measured by the ton only for the 12” depth layer of Gravel Backfill for Walls within the Play Field area from toe to toe of Play Field perimeter slopes over the Stormwater Infiltration Facility. “Gravel Backfill for Walls” will be paid per ton. The unit Contract price per ton for “Gravel Backfill for Walls” shall be full compensation for all costs incurred for the supplying, loading, hauling, placing, and compacting of the material. “Gravel Backfill for Walls” will be paid only for the 12” depth layer of Gravel Backfill for Walls within the Play Field area from toe to toe of Play Field perimeter slopes over the Stormwater Infiltration Facility. Gravel Backfill for Walls installed outside of this 12” depth layer shall be included in other bid items. See WSDOT Standard Specification 2-09 for description, methods, and materials. 1-09.14(2)C5 Shoring or Extra Excavation Class A (Bid Item C5) – Lump Sum There will be no specific unit of measurement for the lump sum bid item “Shoring or Extra Excavation Class A.” Payment of “Shoring or Extra Excavation Class A” shall be per the lump sum bid price and based on the percentage of total work completed at time of measurement in conformance with the Contract Documents. Payment of “Shoring or Extra Excavation Class A” shall include all work associated with the shoring and extra excavation associated with the Flow Splitter Vault- 10 Ft.x 10 Ft. x 10 Ft., Monroe Ave Infiltration Facility SP-69 Special Provisions City of Renton Infiltration Chamber Manifold Vault – 27 Ft. x 7.5 Ft. x 7 Ft., Treatment Vault – 224 Ft. x 20 Ft. x 10 Ft., and Hydrodynamic Separator Vault – 22 Ft. x 14 Ft. x12 Ft. See WSDOT Standard Specification 2-09 for Description, Materials, and Construction Requirements. 1-09.14(2)C6 Shoring or Extra Excavation Class B (Bid Item C6) – Lump Sum There will be no specific unit of measurement for the lump sum bid item “Shoring or Extra Excavation Class B.” Payment of “Shoring or Extra Excavation Class B” shall be per the lump sum bid price and based on the percentage of total work completed at time of measurement in conformance with the Contract Documents. Payment of “Shoring or Extra Excavation Class B” shall include all work associated with the shoring and extra excavation associated with the Polypropylene Storm Sewer Pipe __ In. Diam. and Catch Basin structures. See WSDOT Standard Specification 2-09 for Description, Materials, and Construction Requirements. 1-09.14(2)C7 HMA Cl. 1/2” PG 64-22 (Bid Item C7) – Ton Measurement for “HMA Cl. 1/2” PG 64-22” will be by the ton in accordance with Section 1- 09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. Payment for “HMA Cl. 1/2” PG 64-22”, per ton shall include but not necessarily be limited to all necessary materials, labor, and equipment to satisfactorily complete furnishing, hauling and placement of HMA, compaction, preparation of existing roadway surfaces, sawcutting 2” in depth to prepare the asphalt surface for overlay preparation of existing roadway surfaces along Monroe Ave, applying tack coat and all other necessary materials, labor and equipment to satisfactorily complete the work as defined in the Standard Specifications and Special Provisions. See Special Provision 5-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C8 Polypropylene Storm Sewer Pipe, ___ In. Diam. (Bid Items C8–C9) – Linear Foot Measurement for “Polypropylene Storm Sewer Pipe, __ In. Diam.” will be based on linear foot measured horizontally over the centerline of the installed pipe from the center of structures in conformance with the Contract Documents. Payment for furnishing and installing “Polypropylene Storm Sewer Pipe, __ In. Diam.” will be made per linear foot. The unit contract price for “Polypropylene Storm Sewer Pipe, __ In. Diam.” shall be complete compensation for: · All labor, materials, equipment and hauling · Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities · Dewatering, temporary bypass pumping and control of water Monroe Ave Infiltration Facility SP-70 Special Provisions City of Renton · Structure Excavation, Class B · Removal and disposal of waste material in the excavation necessary to construct the improvements including but not limited to: existing pipes; catch basins; manholes; structures; and abandoned utilities o Excavated material shall be stockpiled onsite · Pipe of the size and material type required, gaskets, fittings and adaptors · Installation, laying and jointing pipe and fittings · Furnishing and placing pipe zone bedding material conforming to City of Renton Standard Plan 220.0. · Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required to complete the work in accordance with the Contract Documents · Removal of pipe and catch basins beyond the excavation where shown on the Drawings or where directed by the Engineer as well as plugging existing pipes to be abandoned and plugging existing pipes where sections have been removed for the storm installation, and providing end caps were shown on the plans. These items shall not be limited to those mentioned on the Plans or specified herein. · Replacing, protecting and/or maintaining existing utilities · Furnishing and placing temporary pavement patching. · CCTV inspection of installed pipes per Section 7-04 of these Special Provisions See Special Provision 7-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C9 Plug and Abandon Existing Storm Sewer Pipes (Bid Item C10) – Each Measurement for “Plug and Abandon Existing Storm Sewer Pipes” will be made per each, the location of each plug is indicated in the Contract Documents. Payment for “Plug and Abandon Existing Storm Sewer Pipes” will be made per each. The unit contract price for “Plug and Abandon Existing Storm Sewer Pipes” shall be inclusive of all labor, equipment, and materials required to plug the storm sewer pipes as indicated in the Contract Documents. See Special Provisions 7-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C10 Connection to Drainage Structure (Bid Item C11) – Lump Sum There will be no specific measurement for the lump sum bid item “Connection to Drainage Structure”. The lump sum Contract price for “Connection to Drainage Structure” shall be full pay for all costs necessary to perform the connection of the existing storm sewer pipe to the north and south sides of the new catch basin structure within Monroe Ave. NE including but not limited to: shop drawings, cutting and removing existing pipe, pipe couplers and fittings, and replacement pipe segments. See Special Provisions 7-05 for Description, Materials, and Construction Requirements. 1-09.14(2)C11 Catch Basin Type 2 - __ In. Diam. (Bid Items C12-14) – Each Measurement for furnishing and installing “Catch Basin Type 2 - __In. Diam.” will be per each for each catch basin installed in conformance with the Contract Documents. Monroe Ave Infiltration Facility SP-71 Special Provisions City of Renton Payment for furnishing and installing “Catch Basin Type 2 - __In. Diam” will be made at the unit bid price per each, which will be complete compensation for: · All labor, equipment, materials, and hauling · Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, protecting and providing temporary support of existing utilities · Excavation and shoring · Dewatering, temporary bypass pumping and control of water · Removal and disposal of waste material including existing pipes and structures in the excavation and any abandoned utilities · Structure Excavation, Class B · Furnishing and placing foundation material · Precast concrete catch basin, gaskets, catch basin frame and grate or lid, installation, adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or approved equal), connections to new pipes, reconnections to existing pipes including pipe and couplings, placement of subsequent backfill materials, compaction, water, cleaning, and testing, etc. required in conformance with the Contract Documents. · Furnishing and placing temporary pavement patching See Special Provision 7-05 for Description, Materials, and Construction Requirements. 1-09.14(2)C12 Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft. (Bid Item C15) – Lump Sum No specific unit of measurement shall apply to the lump sum item of “Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft.” Payment will be made for the bid item “Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft.” per Lump Sum. The lump sum contract price for “Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft.” shall be inclusive of the Contractor submitted Type 3E Working Drawings, furnishing, delivery, and installation of the Flow Splitter Vault and all associated excavation, bedding, backfill, orifice plates, ladders, risers, access hatches, grout, connections, and appurtenances, and incidentals necessary to satisfactorily complete the work in accordance to the Plans, Standard Specifications, and the Special Provisions. See Special Provision 7-05 for Description, Materials, and Construction Requirements. 1-09.14(2)C13 Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft. (Bid Item C16) – Lump Sum No specific unit of measurement shall apply to the lump sum item of “Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft.” Payment will be made for the bid item “Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft.” per Lump Sum. The lump sum contract price for “Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft.” shall be inclusive of the Contractor submitted Type 3E Working Drawings, furnishing, delivery, and installation of the Infiltration Chamber Manifold Vault and all associated excavation, backfill, risers, access hatches, ladders, grout, connections, appurtenances, and incidentals necessary to satisfactorily complete the work in accordance to the Plans, Standard Specifications, and the Special Provisions. Monroe Ave Infiltration Facility SP-72 Special Provisions City of Renton See Special Provision 7-05 for Description, Materials, and Construction Requirements. 1-09.14(2)C14 Hydrodynamic Separator Vault – 22 Ft. X 14 Ft. X 12 Ft. (Bid Item C17) – Lump Sum No specific unit of measurement shall apply to the lump sum item of “Hydrodynamic Separator Vault - 22 Ft. X 14 Ft. X 12 Ft.” Payment will be made for the bid item “Hydrodynamic Separator Vault - 22 Ft. X 14 Ft. X 12 Ft.” per Lump Sum. The lump sum contract price for “Hydrodynamic Separator Vault - 22 Ft. X 14 Ft. X 12 Ft.” shall be inclusive of the Contractor submitted Type 3E Working Drawings, furnishing, delivery, and installation of the Hydrodynamic Separator Vault and all associated excavation, backfill, risers, ladders, access hatches, grout, connections, and appurtenances, and incidentals necessary to satisfactorily complete the work in accordance to the Plans, Standard Specifications, Special Provisions, and manufacturer’s recommendations. See Special Provision 7-05 for Description, Materials, and Construction Requirements. 1-09.14(2)C15 Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft. (Bid Item C18) – Lump Sum No specific unit of measurement shall apply to the lump sum item of “Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft.” Payment will be made for the bid item “Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft.” per Lump Sum. The lump sum contract price for “Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft.” shall be inclusive of the Contractor submitted Type 3E Working Drawings, furnishing, delivery, and installation of the Treatment Vault and all associated excavation, backfill, treatment media, internal vault structures and components, risers, ladders, grout, connections, wall drain slotted pipe and drain rock, geotextile, gravel backfill for drains, appurtenances, and incidentals necessary to satisfactorily complete the work in accordance to the Plans, Standard specifications, Special Provisions, and manufacturer’s recommendations. The Grated Vault Top shall be measured and paid for separately, as a part of 1- 09.14(2)C16, Grated Vault Top. See Special Provision 7-05 for Description, Materials, and Construction Requirements. 1-09.14(2)C16 Grated Vault Top (Bid Item C19) – Lump Sum No specific unit of measurement shall apply to the lump sum item of “Grated Vault Top”. The Grated Vault Top shall meet section 6-03 of these Special Provisions. Payment will be made for the bid item “Grated Vault Top” per lump sum. The lump sum contract price shall include all work associated with the submittal and approval of Shop Plans (Type 2 Drawings), fabrication, delivery, installation, and all other Work necessary to construct the “Grated Vault Top” associated with the Project Documents. Monroe Ave Infiltration Facility SP-73 Special Provisions City of Renton See Special Provision 6-02 and 6-03 for Description, Materials, and Construction Requirements. 1-09.14(2)C17 Stormwater Infiltration Facility (Bid Item C20) – Lump Sum No specific unit of measurement shall apply to the lump sum item of “Stormwater Infiltration Facility.” Payment will be made for the bid item “Stormwater Infiltration Facility” per Lump Sum. The lump sum contract price for “Stormwater Infiltration Facility” shall be full compensation for all labor, material, tools, and equipment to furnish and install the Stormwater Infiltration Facility including, but not limited to, inspection ports and cover boxes; geotextiles; plastic chambers and end caps, including preparation of structural submittals; 24-inch diameter pipe stubs and pipe connections to Infiltration Chamber Manifold Vault and to manifold catch basins; 24-inch diameter manifold pipes, including bedding material system between chambers; installing and compacting embedment and backfill materials; and all incidentals necessary to completed the installation in accordance to the Plans, Special Provisions, and manufacturer’s recommendations. The Catch Basins Type 2 associated with the manifold are paid separately, as a part of 1- 09.14(2)C11 Catch Basin Type 2 __-In. Diam. See Special Provision 7-06 for Description, Materials, and Construction Requirements. 1-09.14(2)C18 Cement Conc. Traffic Curb (Bid Item C21) – Linear Foot Measurement and payment shall be per WSDOT Standard Specification 8-04. See Special Provisions Section 8-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C19 Cement Conc. Traffic Curb and Gutter (Bid Item C22) – Linear Foot Measurement and payment shall be per WSDOT Standard Specification 8-04. See Special Provisions Section 8-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C20 Cement Conc. Rolled Curb (Bid Item C23) – Linear Foot Measurement will be per WSDOT Standard Specification 8-04. Payment will be made for “Cement Conc. Rolled Curb”, per linear foot. See Special Provisions Section 8-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C21 Cement Conc. Driveway Entrance Type 2 (Bid Item C24) – Square Yard Cement concrete pavement for driveways will be measured per square yard for all driveway types and will be paid under the unit bid price for “Cement Conc. Driveway Entrance Type 2”. Monroe Ave Infiltration Facility SP-74 Special Provisions City of Renton “Cement Conc. Driveway Entrance Type 2” will be measured to include the ramps/wings on either side of the driveway as indicated on the Plans. Payment for “Cement Conc. Driveway Entrance Type 2” shall be full compensation for all labor, materials, tools and equipment necessary to satisfactorily complete the work as defined in the Plans, the Standard Specifications and these Special Provisions. See Special Provisions Section 8-06 for Description, Materials, and Construction Requirements. 1-09.14(2)C22 Black Vinyl Chain Link Fence (Bid Item C25) – Linear foot Measurement and payment will be per WSDOT Standard Specification 8-12. See Special Provisions Section 8-12 for Description, Materials, and Construction Requirements. 1-09.14(2)C23 Chain Link Fence w/ Privacy Slats (Bid Item C26) – Linear foot Measurement and payment will be per WSDOT Standard Specification 8-12. “Chain Link Fence w/ Privacy Slats” to match the existing Chain Link Fence w/ Privacy Slats onsite. See Special Provisions Section 8-12 for Description, Materials, and Construction Requirements. 1-09.14(2)C24 Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate (Bid Item C27) – Each Measurement and payment will be per WSDOT Standard Specification 8-12. See Special Provisions Section 8-04 for Description, Materials, and Construction Requirements. 1-09.14(2)C25 Cement Conc. Sidewalk (Bid Item C28) – Square Yard Measurement and payment will be per WSDOT Standard Specification 8-04. See Special Provisions Section 8-14 for Description, Materials, and Construction Requirements. 1-09.14(2)C26 Adjust Utility Box Cover (Bid Item C29) – Each Measurement and payment will be per each, see Special Provisions Section 8-20. Work included in “Adjust Utility Box Cover” is adjusting the frame and lid of the Utility Box Covers to the finished grade of new Cement Concrete Driveway installed as a part of the “Cement Concrete Driveway Entrance”. 1-09.14(2)C27 Illumination System (Bid Item C30) – Lump Sum There will be no specific measurement for the lump sum bid item "Illumination System”. Payment will be made for bid item “Illumination System” per lump sum. Monroe Ave Infiltration Facility SP-75 Special Provisions City of Renton All costs for resolving utility conflicts will be paid for by force account in accordance with Section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for “Illumination System” and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor’s actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. The lump sum contract price for “Illumination System” shall include all work associated with the furnishing, labor, installation, and any necessary tools and materials to install the following items: · 2 new electrical Type 1 Junction boxes, · Connection to existing power junction box on east side of Monroe Ave · approximately 55 linear feet of new 4-in diameter schedule 80 PVC conduit, · approximately 55 linear feet of cable, · new 40-ft high decorative luminaire pole per City of Renton Standard Plan-117.1, · concrete pole foundation per plans, and · luminaire concrete pad, per City of Renton Standard Plan-120. · Any ancillary hardware, fittings, adaptors, base covers, wires See Special Provisions Section 8-20 for Description, Materials, and Construction Requirements. 1-09.14(2)C28 Swing Gate (Bid Item C31) – Each Measurement for “Swing Gate” shall be per each installed and accepted. Payment for “Swing Gate” will be made at the contract unit price per each and will constitute full compensation for all labor, materials and equipment required to complete the specified Work. The payment for “Swing Gate” will be full payment for the manufacture, furnishment, and installation of the maintenance access sign, including any required installation hardware. See Special Provisions Section 8-26 for Description, Materials, and Construction Requirements. 1-09.14(2)D Bid Items Specific to Schedule D – Landscaping Schedule D – Landscaping includes all work associated with the following landscaping items installed during Stage 2: Miscellaneous Construction: Landscaping Including PSIPE plants, Topsoil Type A, hydroseeding, Landscape Mulch, Root Barrier, and Landscaping Boulders. 1-09.14(2)D1 PSIPE__________ (Bid Items D1-D7) – Each Measurement for “PSIPE________” will be per each plant installed, established and accepted. Payment for “PSIPE_________” will be made at the contract unit price and will constitute full compensation for all labor, materials and equipment required to complete the specified Work. Monroe Ave Infiltration Facility SP-76 Special Provisions City of Renton See Special Provisions Section 8-02 for Description, Materials, and Construction Requirements. 1-09.14(2)D2 Topsoil Type A- __ In. Depth (Bid Items D8-D9) – Square Yard Measurement for “Topsoil Type A - __In. Depth” will be made per square yard along the grade and slope of the area covered after placement and compaction. Measurement for “Topsoil Type A - 18 In. Depth” will be per the Play Field Seed Mix area as indicated on Sheet L701 of the Plans. Measurement for “Topsoil Type A - 36 In. Depth” will be per the Drought Tolerant Shrub Planting area as indicated on Sheet L701 of the Plans. Only materials placed within the pay limits shown will be considered for payment. Payment will be made for each of the following listed Bid Items: “Topsoil Type A - 18 In. Depth”, per square yard. “Topsoil Type A - 36 In. Depth”, per square yard. The unit bid price for “Topsoil Type A - 18 In. Depth” and “Topsoil Type A – 36 In. Depth” shall constitute full compensation for all labor, materials and equipment required to complete the specified Work including the furnishment, placement, and compaction of the Topsoil Type A as shown in these Contract Documents. See Special Provisions Section 8-02 for Description, Materials, and Construction Requirements. 1-09.14(2)D3 Hydroseed – Play Field Seed Mix (Bid Item D10) – Square Yard Measurement for “Hydroseed – Play Field Seed Mix” shall be per square yard along the ground slope line of actual area hydroseeded completed, established, and accepted. Payment for “Hydroseed – Play Field Seed Mix” will be made at the contract unit price and will constitute full compensation for all labor, materials and equipment required to complete the specified Work. Per section 8-02 of these Special Provisions, lawn establishment is included in the payment for “Hydroseed – Play Field Seed Mix.” See Special Provisions Section 8-02 for Description, Materials, and Construction Requirements. 1-09.14(2)D4 Landscape Mulch (Bid Item D11) – Square Yard Measurement for “Landscape Mulch” shall be per square yard along the actual area. Wasted materials will not be included in the measurement or payment. All “Landscape Mulch” shall meet the depth and extents shown in the Plans. Only materials placed within the pay limits shown will be considered for payment. Material placed outside of the pay limits shown on the Plans or as approved by the Engineer will be deducted from the certified tickets. Monroe Ave Infiltration Facility SP-77 Special Provisions City of Renton Payment for “Landscape Mulch” will be made at the contract unit price and will constitute full compensation for all labor, materials and equipment required to complete the specified Work. See Special Provisions Section 8-02 for Description, Materials, and Construction Requirements. 1-09.14(2)D5 Root Barrier (Bid Item D12) – Linear Foot Measurement for “Root Barrier” shall be per each linear foot installed and accepted. Payment for Root barrier will be made at the contract unit price and will constitute full compensation for all labor, materials and equipment required to complete the specified Work. See Special Provisions Section 8-02 for Description, Materials, and Construction Requirements. 1-09.14(2)D6 __- Man Landscape Boulders (Bid Items D13-D14) – Each Measurement for “__- Man Landscape Boulders” shall be per each installed and accepted. Payment for “__- Man Landscape Boulders” shall be made at the contract unit price and will constitute full compensation for all labor, materials and equipment required to complete the specified Work. See Special Provisions Section 8-02 for Description, Materials, and Construction Requirements. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (June 2023 Renton GSP) Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for “Project Temporary Traffic Control,” the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; Monroe Ave Infiltration Facility SP-78 Special Provisions City of Renton 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 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 used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item “Project Temporary Traffic Control” appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing 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 Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item “Project Temporary Traffic Control” to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices( MUTCD). Monroe Ave Infiltration Facility SP-79 Special Provisions City of Renton The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor’s allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2 Traffic Control Management 1-10.2(1) General (January 3, 2017, WSDOT GSP) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.2(1)B Traffic Control Supervisor (June 2023, Renton GSP) Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45- minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented with the following: Traffic control plans for Monroe Ave NE will be subject to review by the City of Renton. These traffic control plans must show minimal impacts to traffic conditions along NE 3rd/4th Street and maintenance of traffic along all streets surrounding the project site. The Contractor shall submit a traffic control plan or plans showing a method of handling traffic in a timely manner to allow for review, resubmittal, and notifications in accordance Monroe Ave Infiltration Facility SP-80 Special Provisions City of Renton with Section 1-07.23(1). The review of traffic control and detour plans may require up to ten (10) working days. 1-10.3 Traffic Control Labor, Procedures and Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M- diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers during hours of darkness. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. The Contractor shall conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct their operations so as to have under construction no greater length or amount of work than Contractor can prosecute vigorously and Contractor shall not open up sections of the work and leave them in an unfinished condition. See Section 1-07.23(1) for additional driveway closure requirements. The Contractor shall provide traffic cones, barricades, and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of 8-23 of the Specifications. 1-10.3(3)A Construction Signs (June 2023, Renton GSP) Section 1-10.3(3)A is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. Add the following new section: 1-10.3(4) Traffic Control Constraints (June 2023, Renton GSP) Traffic control plans shall be reviewed and approved by the City. Pedestrian and vehicular access shall be maintained throughout the work to the greatest extent practical. Monroe Ave Infiltration Facility SP-81 Special Provisions City of Renton Minimum travel lane width is 9.5-feet. Contractor must maintain a minimum of one open travel lane. Contractor shall maintain access to all businesses. 1-10.4 Measurement 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control (August 2, 2004, WSDOT GSP) Section 1-10.4(3) is supplemented with the following: The bid proposal contains the item “Project Temporary Traffic Control,” lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. Uniformed Officer will be measured by the hour. No queuing is allowed on public streets unless written approval is provided by Engineer/Inspector. 1-10.5(2) Item Bids with Lump Sum for Incidentals Section 1-10.5(2) is supplemented with the following: “Uniformed Officer”, per hour. The unit Contract price for “Uniformed Officer” shall be full compensation for providing traffic control tasks with a uniformed officer, for the activities listed in Section 1-10.3.1(C). Use of uniformed officers for other tasks will be included in the lump sum bid item “Project Temporary Traffic Control”. Add the following new Section: 1-11 RENTON SURVEYING STANDARDS 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the Monroe Ave Infiltration Facility SP-82 Special Provisions City of Renton requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. Monroe Ave Infiltration Facility SP-83 Special Provisions City of Renton 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: · A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and · Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. Monroe Ave Infiltration Facility SP-84 Special Provisions City of Renton 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station – Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station – Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". Monroe Ave Infiltration Facility SP-85 Special Provisions City of Renton The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1- 11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.1(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. Monroe Ave Infiltration Facility SP-86 Special Provisions City of Renton END OF DIVISION 1 Monroe Ave Infiltration Facility SP-87 Special Provisions City of Renton DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2 Disposal of Usable Material and Debris This Section is supplemented with the following: Disposal Method No.1, Open Burning, as specified in Section 2-01.2(3) will not be allowed. 2-01.3 Construction Requirements 2-01.3(1) Clearing This Section is supplemented with the following: Clearing and grubbing shall be restricted to the minimum amount needed to construct roadway improvements and shall not exceed the limits established on the Plans, staked by the Contractor, and approved by the Engineer. Do not remove trees, shrubs, and other vegetation indicated to remain. Existing landscaping and vegetation outside the limits shall be protected from damage by the Contractor’s operations. All landscaping damaged by the Contractor’s operations outside the limits shall be replaced in coordination with the property owner at the Contractor’s expense. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated. Place fill material in horizontal layers not exceeding eight (8) inches in loose depth, and compact each layer to a density equal to adjacent original ground. Add the following new section: 2-01.3(5) Tree Protection High visibility fence shall be installed around trees indicated on the Plans to be protected. Under the field direction of the Engineer, the Contractor shall prune minor roots and branches of trees indicated to remain in a manner that will not compromise the survivability of the trees, where such roots and branches obstruct installation of new construction. Any roots to be cut or accidentally broken shall be cut smoothly and any cut roots over two (2) inches in diameter shall be covered with wet fabric until backfill can be placed. 2-01.5 Payment This Section is supplemented with the following: All costs for the protection of trees and hand-clearing to remove invasive species will be included in the lump sum contract price for “Clearing and Grubbing”. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description This Section is supplemented with the following: For the purpose of bid preparation, the removal of structure and obstruction work is described below. Monroe Ave Infiltration Facility SP-88 Special Provisions City of Renton Removal of Structure and Obstruction shall include, but not be limited to: · Cement Concrete sidewalk – 45 SY · Curb/gutter – 84 LF · Chain link fence – 50 LF · Sawcutting – 150 LF · De-energizing and Removing Existing Luminaire – 1 EA 2-02.3 Construction Requirements This Section is supplemented with the following: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters This Section is supplemented with the following: Existing pavement shall be sawcut and removed at the locations shown on the Plans or as approved by the Engineer. Removal shall be accomplished by making a neat longitudinal vertical cut along the boundaries of the area to be removed. Care shall be taken during removal so as not to damage any of the existing pavement to remain in place. Remaining pavement damaged due to the Contractor’s operations shall be replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor’s expense. When a construction joint is near removal limits, the joint may be used as the removal limit if approved by the Engineer. Add the following new section: 2-02.3(4) Removing Chain Link or Wire Fence Where shown on the plans or as approved by the Engineer, the Contractor shall remove existing chain link wood slat privacy fence. The Contractor shall remove fence posts completely, including any concrete footings, and backfill the post holes with native material. Add the following new section: 2-02.3(5) Removing Luminaire Where shown on the plans, the Contractor shall de-energize and remove the existing luminaire including the luminaire footing, and shall backfill the footing hole with gravel borrow. The Contractor shall deliver the existing luminaire to the City of Renton Maintenance Facility. The Contractor shall coordinate with the Engineer to de-energize the existing luminaire. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Delete Section 2-03.3(14)F Vacant and replace it with the following: 2-03.3(14)F Infiltration Gravel Incl. Haul When required by the Plans or the Engineer, the Contractor shall use Infiltration Gravel meeting the requirements of Section 9-03.16 to fill underneath the Stormwater Infiltration Facility, fill as embedment gravel between chambers in the Stormwater Infiltration Facility, and provide 1-foot of fill above the Stormwater Infiltration Facility chambers. Monroe Ave Infiltration Facility SP-89 Special Provisions City of Renton Infiltration Gravel shall be placed and compacted according to the Plans. The Contractor shall facilitate access and grant the City the right to have an inspector present at the site of production of the Infiltration Gravel to observe and validate that the Infiltration Gravel is being produced to the required standard. The Contractor shall alert the City no less than 48-hours prior to the start of production of the Infiltration Gravel material. Add the following new Section: 2-03.3(14)N Non-Infiltration Material Incl. Haul Non-Infiltration Material Incl. Haul shall be placed to the south and east of the Gravity Block Wall in both Stage 1 and Stage 2 of the project, as indicated in the Plans. Non-Infiltration Material Incl. Haul shall be compacted per Compaction Requirements this section. Non-Infiltration Material Incl. Haul shall be Gravel Backfill for Walls per WSDOT Standard Specification 9-03.12(2). In addition, the following materials are acceptable for use as Non-Infiltration Material Incl. Haul, with written approval from the Engineer: 1. Suitable material borrowed from existing onsite stockpile. As described in the Geotechnical Report dated July 24th, 2023, prepared by Aspect Consulting and included in the Bid Documents, a portion of the existing onsite stockpile material developed by others is approved for use as Non-Infiltration Material under the following conditions and with the written approval of the Engineer. For the purposes of the bid, it can be assumed that the stockpile will provide 20,000 cubic yards by compacted volume for the Non-Infiltration Material Incl. Haul Item. The embanked stockpiled material is moisture sensitive and is not to be exposed, worked, nor placed during wet weather. The Contractor shall submit a minimum 5- day weather forecast showing only dry conditions and a placement schedule to the Engineer for approval for use of onsite stockpile material as Non-Infiltration Material, provided to the Engineer a minimum of 24-hours prior to the proposed excavation of the stockpile. The stockpile shall be protected from rain with plastic tarping. The contractor shall maintain the tarping and stockpile during the period of the project. If the weather forecast indicates any precipitation, the contractor shall restore the tarping cover prior to the wet weather. The City reserves the right to direct the Contractor to re-cover the stockpile based on their interpretation of site conditions, at no additional cost. Any loss of the stockpiled material due to the Contractor failing to adequately maintain the stockpile and protect the material from rain shall not result in a change order, and shall be entirely the responsibility of the Contractor. 2. Suitable Crushed Surfacing Top Course and Quarry Spalls materials that are re-used from the Temporary Construction Access Road and Temporary Slope Protection Items , at the approval of the Engineer. These materials shall not be proposed by the Contractor to be re-used until after the end of the wet-season, at a minimum. 3. Suitable Unclassified Excavation Material that is excavated from on-site. Crushed Surfacing Top Course shall meet WSDOT Standard Specification 9-03.9(3). Monroe Ave Infiltration Facility SP-90 Special Provisions City of Renton Quarry Spalls shall meet WSDOT Standard Specification 9-03.9(3). Material Placement Lift Height: Non-Infiltration Material shall be placed as follows, depending on the material, must be placed in accordance to the following maximum lift heights, followed by compaction based on Compaction Requirements as follows: Gravel Backfill for Walls: placed in 1-foot loose lifts Suitable On-site Stockpiled Material: placed in 6-10-inch loose lifts Crushed Surfacing Top Course: placed in 1-foot loose lifts Quarry Spalls: placed in 1-foot loose lifts Suitable On-site Unclassified Excavation Material: placed in 6-10-inch loose lifts Compaction Requirements of Non-Infiltration Material Incl. Haul The Compaction Requirements of Non-Infiltration Material Incl Haul varies based on the Stage of the project. Stage 1: The Compaction Requirements in Stage 1 is to place the material in lifts dependent on material as clarified above, and compact each lift to 90% maximum dry density (MDD) with a vibratory compactor. Compaction is to be tested by providing a proof roll (vibratory roller on static) to verify firm and unyielding conditions. Stage 2: The Compaction Requirement in Stage 2 is to place the material in lifts dependent on material as clarified above and compact each lift to 95% maximum dry density (MDD) with a vibratory compactor. Compaction is to be tested by providing a proof roll (vibratory roller on static) to verify firm and unyielding conditions. 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.2 Materials This Section is supplemented with the following: MIRAFI FW402, or approved equal, shall be used as a Woven Geotextile for Underground Drainage as indicated in the plans. To be approved equal to MIRAFI FW402, the Woven Geotextile for Underground Drainage shall be woven monofilament polypropylene (non-slit tape) and conform to the properties as indicated in Tables 1 and 2 below. TABLE 1 GEOTEXTILE FOR UNDERGROUND DRAINAGE STRENGTH PROPERTIES FOR SURVIVABILITY Geotextile Property Test Method Requirement Mechanical Grab Tensile Strength ASTM D 4632 200 lb min. Grab Tensile Elongation ASTM D 4632 < 50% Seam Breaking Strength ASTM D 4632 220 lb min. Puncture Resistance ASTM D 4833 495 lb min. Trapezoidal Tear ASTM D 4533 80 lb min Endurance UV Resistance ASTM D 4355 50% strength retained min. after 500 hours in a zenon arc device Monroe Ave Infiltration Facility SP-91 Special Provisions City of Renton TABLE 2 GEOTEXTILE FOR UNDERGROUND DRAINAGE FILTRATION PROPERTIES Geotextile Property Test Method Requirement Hydraulics / Filtration Permittivity ASTM D 4491 1.0 – 2.5 sec-1 min. Water Flow Rate ASTM D 4491 140 - 200 gpm/ft2 min Percent Open Area (POA) CW-02215 10% min. Apparent Opening Size (AOS) ASTM D 4751 40 US Std. Sieve max. END OF DIVISION 2 Monroe Ave Infiltration Facility SP-92 Special Provisions City of Renton DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (January 31, 2023 APWA GSP) Delete Section 5-04, Hot Mix Asphalt, and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement (RAP) 9-03.8(3)B, 9-03.21 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B, 9-03.21 Mineral Filler 9-03.8(5) Recycled Material 9-03.21 The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. If the Contractor wishes to utilize High RAP/Any RAS, the design must be listed on the WSDOT Qualified Products List (QPL). The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. Monroe Ave Infiltration Facility SP-93 Special Provisions City of Renton The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the Contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.2(1)A Vacant 5-04.2(2) Mix Design - Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the Contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the Contractor shall provide one of the following mix design verification certifications for Contracting Agency review; · The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. · The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. · The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall: Monroe Ave Infiltration Facility SP-94 Special Provisions City of Renton · Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). · Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Mix Design. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (for commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of ESALs appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: · Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. · Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to .20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. Monroe Ave Infiltration Facility SP-95 Special Provisions City of Renton The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed, and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. Monroe Ave Infiltration Facility SP-96 Special Provisions City of Renton 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field-testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, Monroe Ave Infiltration Facility SP-97 Special Provisions City of Renton further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless otherwise required by the Contract. Where an MTD/V is required by the Contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the Monroe Ave Infiltration Facility SP-98 Special Provisions City of Renton manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one-part water to one-part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. Monroe Ave Infiltration Facility SP-99 Special Provisions City of Renton 5-04.3(4)A Crack Sealing When the Proposal includes a pay item for crack sealing, seal cracks in accordance with Section 5-03. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. Monroe Ave Infiltration Facility SP-100 Special Provisions City of Renton When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Monroe Ave Infiltration Facility SP-101 Special Provisions City of Renton 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation, the aggregate properties of sand equivalent, uncompacted void content, and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate Monroe Ave Infiltration Facility SP-102 Special Provisions City of Renton properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent. 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Monroe Ave Infiltration Facility SP-103 Special Provisions City of Renton Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: · If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. · If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a CPF shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a CPF using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job Monroe Ave Infiltration Facility SP-104 Special Provisions City of Renton mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the CPF. 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a CPF of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Monroe Ave Infiltration Facility SP-105 Special Provisions City of Renton Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or Roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core”, the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core”, the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. Monroe Ave Infiltration Facility SP-106 Special Provisions City of Renton 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction - Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500- foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction - Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Monroe Ave Infiltration Facility SP-107 Special Provisions City of Renton HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture- density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92%, a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1- 06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the Monroe Ave Infiltration Facility SP-108 Special Provisions City of Renton nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the CPF of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PF for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed, and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. Monroe Ave Infiltration Facility SP-109 Special Provisions City of Renton A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals Bridge Paving Joint Seals shall be in accordance with Section 5-03. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. Monroe Ave Infiltration Facility SP-110 Special Provisions City of Renton When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving and Pre- Planing Briefing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing Bituminous Pavement The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. Monroe Ave Infiltration Facility SP-111 Special Provisions City of Renton 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition, the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. Monroe Ave Infiltration Facility SP-112 Special Provisions City of Renton 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. Monroe Ave Infiltration Facility SP-113 Special Provisions City of Renton 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other Contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both the Paving and Planing: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, public convenience and safety, and other Contractors who may operate in the Project limits. d. Notifications required of Contractor activities and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, streetcar rail, and castings, before planing as per Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF is used, how the Contractor will ensure different JMFs are distinguished, how pavers and how MTVs are distinguished, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. Monroe Ave Infiltration Facility SP-114 Special Provisions City of Renton 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints – Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “HMA Cl.__ PG __” or “Commercial HMA”. 5-04.4 Measurement HMA Cl. ½” PG 64-22, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. Monroe Ave Infiltration Facility SP-115 Special Provisions City of Renton Water will be measured by the gallon as provided in Section 2-07.4. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ½” PG 64-22”, per ton. “HMA for Approach Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. Monroe Ave Infiltration Facility SP-116 Special Provisions City of Renton “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04..3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. Monroe Ave Infiltration Facility SP-117 Special Provisions City of Renton “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)B. Add the following new section: 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2” of a hot mix or cold mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. END OF DIVISION 5 Monroe Ave Infiltration Facility SP-118 Special Provisions City of Renton DIVISION 6 STRUCTURES 6-02 CONCRETE STRUCTURES 6-02.2 Materials Section 6-02.2 is supplemented with the following: (April 1, 2013 WSDOT GSP) Resin Bonded Anchors The resin bonded anchor system shall include the nut, washer, and threaded anchor rod which is installed into hardened concrete with a resin bonding material. Resin bonding material used in overhead and horizontal application shall be specifically recommended by the resin manufacturer for those applications. Resin bonding material used in submerged liquid environment shall be specifically recommended by the resin manufacturer for this application. The resin bonded anchor system shall conform to the following requirements: 1. Threaded Anchor Rod and Nuts Threaded anchor rods shall conform to ASTM A 193 Grade B7 or ASTM A 449, except as otherwise noted, and be fully threaded. Threaded anchor rods for stainless steel resin bonded anchor systems shall conform to ASTM F 593 and shall be Type 304 unless otherwise specified. Nuts shall conform to ASTM A 563, Grade DH, except as otherwise noted. Nuts for stainless steel resin bonded anchor systems shall conform to ASTM F 594 and shall be Type 304 unless otherwise specified. Washers shall conform to ASTM F 436 and shall meet the same requirements as the supplied anchor rod, except as otherwise noted. Washers for stainless steel resin bonded anchor systems shall conform to ASTM A 240 and the geometric requirements of ASME B18.21.1 and shall be Type 304 Stainless Steel unless otherwise specified. Nuts and threaded anchor rods, except those manufactured of stainless steel, shall be galvanized in accordance with AASHTO M 232. Galvanized threaded anchor rods shall be tested for embrittlement after galvanizing, in accordance with Section 9- 29.6(5). Threaded anchor rods used with resin capsules shall have the tip of the rod chiseled in accordance with the resin capsule manufacturer's recommendations. Galvanized threaded rods shall have the tip chiseled prior to galvanizing. 2. Resin Bonding Material Resin bonding material shall be a two-component epoxy resin conforming to Type IV ASTM C 881 or be one of the following: a. Vinyl ester resin. Monroe Ave Infiltration Facility SP-119 Special Provisions City of Renton b. Polyester resin. c. Methacrylate resin. 3. Ultimate Anchor Tensile Capacity Resin bonded anchors shall be tested in accordance with ASTM E 488 to have the following minimum ultimate tensile load capacity when installed in concrete having a maximum compressive strength of 6000 pounds per square inch (psi) at the embedment specified below: Anchor Diameter (inch) Tensile Capacity (lbs.) Embedment (inch) 3/8 7,800 3-3/8 1/2 12,400 4-1/2 5/8 19,000 5-5/8 3/4 27,200 6-3/4 7/8 32,000 7-7/8 1 41,000 9 1-1/4 70,000 11-1/4 The Contractor shall submit items 1 and 2 below to the Engineer for all resin bonded anchor systems. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer. For resin bonded anchor systems that are installed in a submerged liquid environment the Contractor shall submit items 1, 2, and 4 below. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer. 1. The resin manufacturer's written installation procedure for the anchors. 2. The manufacturer's certificate of compliance for the threaded anchor rod certifying that the anchor rod meets these requirements. 3. Test results by an independent laboratory certifying that the threaded anchor rod system meets the ultimate anchor tensile load capacity specified in the above table. The tests shall be performed in accordance with ASTM E 488. 4. For threaded anchors intended to be installed in submerged liquid environments the Contractor shall submit tests performed by an independent laboratory within the past 24 months which certifies that anchors installed in a submerged environment meet the strength requirements specified in the above table. 6-02.3 Construction Requirements 6-02.3(18) Placing Anchor Bolts (January 3, 2011 WSDOT GSP) Section 6-02.3(18) is supplemented with the following: Resin Bonded Anchors The embedment depth of the anchors shall be as specified in the Plans. If the embedment depth of the anchor is not specified in the Plans then the embedment depth shall be as specified in the table of minimum and maximum torque below. The anchors shall be installed in accordance with the resin manufacturer's written procedure. Monroe Ave Infiltration Facility SP-120 Special Provisions City of Renton Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary hammer drill when core drilling is not specified in the Plans. If holes are core drilled, the sides of the holes shall be roughened with a rotary hammer drill after core drilling. Holes shall be prepared in accordance with the resin manufacturer's recommendations and shall meet the minimum requirements as specified herein. Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the threaded rod and resin bonding material. Holes shall not have any standing liquid at the time of installation of the threaded anchor rod. The anchor nuts shall be tightened to the following torques when the embedment equals or exceeds the minimum embedment specified. Anchor Diameter (inch) Minimum Torque (ft-lbs) Maximum Torque (ft-lbs) Minimum Embedment (Inch) 3/8 12 18 3-3/8 1/2 22 35 4-1/2 5/8 55 80 5-5/8 3/4 106 140 6-3/4 7/8 165 190 7-7/8 1 195 225 9 1-1/4 370 525 11-1/4 When the anchor embedment depth is less than the minimum values specified, the anchor nuts shall be tightened to the torque values specified in the Plans, or as recommended by the resin bonded anchor system manufacturer and approved by the Engineer. 6-03 STEEL STRUCTURES 6-03.2 Materials Section 6-03.2 is supplemented with the following: End and Intermediate Support assemblies shall be considered tension components of flexural members and shall meet the specified Charpy V-notch requirements. 6-03.3 Construction Requirements Section 6-03.3 is supplemented with the following: Steel fabricators for the grated vault lid shall be included in the certification requirements in this section. Grated vault lid support assembly members shall be considered fracture critical. 6-03.3(7) Shop Plans Section 6-03.3(7) is supplemented with the following: Type 2 Working Drawings for the Grated Vault Top shall include all pieces and assemblies of the Grated Vault Top shown in the Plans, including but not limited to, the following: 1. Dimensions, material designations, weld details, and cuts sheets (as applicable) 2. End Support assemblies Monroe Ave Infiltration Facility SP-121 Special Provisions City of Renton 3. Intermediate Support assemblies 4. Keeper plates 5. Elastomeric bearings 6. Anchor bolts, nuts, washers, and resin bonding materials and installation plan for anchor bolts. Coordinate anchor bolt locations with the design and rebar details of the vault. 7. Steel grate, including grate type, fastener type, assembly details, product cut sheets, and load capacity information. Grate shall have a minimum unfactored live load capacity of 90 pounds per square foot (psf) (157.5 psf factored according to the AASHTO LRFD Bridge Design Specifications, 9th edition). 8. Erection methods specified in 6-03.3(7)A. 6-03.3(7)A Erection Methods The numbered list in the second paragraph of Section 6-03.3(7)A is supplemented with the following: Type 2E Working Drawings erection plan and procedure for the grated vault top shall also include: 8. Coordinate any loads, supports or other affects to the Treatment Vault with the vault design and include details and loads imparted to the vault in the erection plan. END OF DIVISION 6 Monroe Ave Infiltration Facility SP-122 Special Provisions City of Renton DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials Section 7-04.2 is supplemented with the following: Corrugated Polypropylene Storm Sewer Pipe shall be dual wall with smooth interior per WSDOT Standard Specification 9-05.20. The second paragraph of Section 7-04.2 is supplemented as follows: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of their responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Add the following new section: 7-04.2(2) Temporary Stormwater Diversion It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion system for offsite flows shall be installed prior to the start of the project, which utilizes flexible pipes to gravity drain offsite stormwater from Monroe Ave NE trunkline to the temporary stormwater infiltration pond located south of the stockpile (along the south-eastern side of the parcel). A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flowrate of 52.5-cfs during construction. A temporary stormwater diversion may be required for the installation of the new storm sewer system with the existing storm sewer trunkline. The Contractor shall submit proposed methods for maintaining the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. Monroe Ave Infiltration Facility SP-123 Special Provisions City of Renton The Contractor’s bypass operation shall be sized to handle, at a minimum, the 2-year peak flow rate or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of their responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: Add the following: Storm Sewer pipe shall be tested using low pressure air test methods in accordance with 7- 04.3(1)E or 7-04.3(1)F as appropriate. Thermoplastic storm sewer pipe shall be deflection tested in accordance with 7-17.3(2)G. Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be Monroe Ave Infiltration Facility SP-124 Special Provisions City of Renton performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe”, per linear foot shall be incidental to and included in storm sewer pipe bid items. Prior to inspection and testing, pipes and storm drain structures shall be cleaned and flushed. Any obstructions to flow within the storm drain system (such as rubble, mortar, and debris) shall be removed at the nearest structure. Obstructions shall not be discharged into the Stormwater Infiltration Facility. Add the following new section: 7-04.3(1)G Abandon Existing Storm Sewer Pipes Where it is shown on the plans that existing storm sewer pipe is to be abandoned by filling with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I. Add the following new section: 7-04.3(2) CCTV Inspection All storm drain main lines constructed as part of this project shall be inspected by the use of closed-circuit television (CCTV) before substantial completion. The costs incurred in “CCTV Inspection” shall be included in the payment for associated “Polypropylene Storm Sewer Pipe __ In. Diam, and no other costs shall be measured. All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H. The Contractor shall bear all cost incurred in correcting any deficiencies found during television inspection including the cost of any additional television inspection that may be required by the Engineer to verify the correction of said deficiency. The Contractor shall be responsible for all costs incurred in any television inspection performed solely for the benefit of the Contractor. Monroe Ave Infiltration Facility SP-125 Special Provisions City of Renton 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description Section 7-05.1 is supplemented with the following: This Work shall also include adjusting utility covers, installation of Treatment Vault, installation of Flow Splitter Vault, installation of Infiltration Chamber Manifold Vault, and installation of Hydrodynamic Separator Vault. 7-05.2 Materials Section 7-05.2 is supplemented with the following: Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft. The Contractor shall submit Type 3E Working Drawings and an Operations and Maintenance Manual to the Engineer in accordance with Section 1-05.3 for the Treatment Vault prior to ordering and installing the system. The submittal shall include materials of construction, dimensions, specifications, and configuration related to other proposed aspects of construction. The Treatment Vault– 224 Ft. X 20 Ft. X 10 Ft. shall consist of an Oldcastle 224 Ft. X 20 Ft. X 10 Ft. Biopod Vault, or approved equal water quality treatment facility. A substitute water quality treatment facility will be considered equal if the facility provides the same function and meets similar specifications as approved by the Engineer. To be approved as equal, the water quality treatment facility shall meet or exceed the following criteria: General · Meet the Ecology General Use Level Designation (GULD) certification for Enhanced Water Quality Treatment. · Shall be sized to meet Ecology Enhanced Water Quality Treatment requirements at a minimum Water Quality Flow Rate listed below. · Treatment Vault 224 Ft. X 20 Ft. X 10 Ft. must be able to treat an offline Water Quality Flow Rate of 12.65 cfs · Treatment unit shall achieve 80 percent removal of total suspended solids with influent concentrations between 100 and 200 mg/L. · Treatment unit shall achieve 30 percent removal of dissolved copper for influent concentrations between 0.005 and 0.02 mg/L. · Treatment unit shall achieve 60 percent removal of dissolved zinc for influent concentrations between 0.02 and 0.30 mg/L. · Exterior dimensions shall fit within the Treatment Vault footprint per the Plans. · The structure shall be constructed of concrete with a minimum 28 day compressive strength of 5,000 psi, reinforcing per ASTM A 1064, S1.2, Grade 80. · Facility shall have grated lid across full vault top surface · Facility shall not require plants · Each chamber shall have removable grates or access hatches for maintenance in accordance with WISHA standards and sized to allow removal of all internal components without disassembly. Monroe Ave Infiltration Facility SP-126 Special Provisions City of Renton · Structure knockouts shall be provided to accept pipes of the size, material, and elevation shown in the plans. Media · Treatment Vault shall use media that does not require replacement over the life of the facility. · Treatment Vault shall use media that does not release fine sediment during activation Flow Dispersion · Treatment Vault will be delivered to site with a flow dispersion system designed to spread incoming flows across the surface area of the treatment media without creating areas of concentrated loading. · Dissipation Rock shall be sized and designed to prevent scour of the treatment media at the dispersal windows or weirs along the flow dispersion system Treatment Vault Wall Drain · 6-inch diameter Perforated PVC Drain Pipe per WSDOT Standard Specification 9-05.1(5) · Gravel Backfill for Drains per WSDOT Standard Specification 9-03.12(4). · Non-Woven Geotextile for Underground Drainage, Moderate Survivability, Class C Per WSDOT 9-33.2(1) Tables 1 and 2. This section is a partial list of materials needed for the Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft. It shall be the Contractor's responsibility to determine the full extent of all materials required to provide complete and operational vaults, which is in accordance with the Plans, applicable state requirements, and these Specifications. Contractor shall submit product information, specifications, and configuration related to other proposed aspect of construction to engineer for approval prior to ordering and installing the system. Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft. The Contractor shall submit Type 3E Working Drawings and an Operations and Maintenance Manual to the Engineer in accordance with Section 1-05.3 for the Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft. prior to ordering and installing the system. The submittal shall include materials of construction, dimensions, specifications, and configuration related to other proposed aspects of construction. The submittal for the Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft. shall include a submittal for the access hatches. Access Hatches shall be LW Products Company HHS-3A, or approved equal. To be considered equal, the access hatches shall: · meet or exceed H-30 load rating; · be aluminum; · have internal secondary fall protection grating; · be single-leaf door; · be lockable with a padlock. Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft. The Contractor shall submit Type 3E Working Drawings and an Operations and Maintenance Manual to the Engineer in accordance with Section 1-05.3 for the Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft. prior to ordering and installing the system. Monroe Ave Infiltration Facility SP-127 Special Provisions City of Renton The submittal shall include materials of construction, dimensions, specifications, and configuration related to other proposed aspects of construction. The submittal for the Flow Splitter Vault- 27 Ft. X 7.5 Ft. X 7 Ft. shall include a submittal for the access hatches. Access Hatches shall be LW Products Company HHS-3A and HHD-1B, or approved equal. To be considered equal, the access hatches shall: · meet or exceed H-30 load rating; · be aluminum; · have internal secondary fall protection grating; · be single-leaf door for 36”x36” hatch or double-leaf door for 36”x60” hatch; · be lockable with a padlock. Hydrodynamic Separator Vault – 22 Ft. X 14 Ft. X 12 Ft. The Contractor shall submit Type 3E Working Drawings and an Operations and Maintenance Manual to the Engineer in accordance with Section 1-05.3 for the Hydrodynamic Separator Vault – 22 Ft. X 14 Ft. X 12 Ft. prior to ordering and installing the system. The submittal shall include materials of construction, dimensions, specifications, and configuration related to other proposed aspects of construction. The submittal for the Flow Splitter Vault – 22 Ft. X 14 Ft. X 12 Ft. shall include a submittal for the access hatches. Access Hatches shall be LW Products Company HHS-3A, or approved equal. To be considered equal, the access hatches shall: · meet or exceed H-30 load rating; · be aluminum; · have internal secondary fall protection grating; · be single-leaf door; · be lockable with a padlock. 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: The Contractor shall arrange and attend a Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft. Pre- construction Meeting with a representative from the Treatment Vault manufacturer and City personnel to review the manufacturer installation instructions and procedures. The Contractor shall arrange for progress inspections and a final inspection by the manufacturer representative during installation of the Treatment Vault – 224 Ft. X 20 Ft. X 10- Ft. Connection to manholes or catch basins for storm sewer pipe less than 24-inch in diameter shall be “Kor-n-Seal” boot or approved equal. Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is supplemented with the following: Monroe Ave Infiltration Facility SP-128 Special Provisions City of Renton The Contractor shall adjust all utility covers, including catch basins, gas valve boxes, water valve boxes, and monument cases. All manholes and catch basins shall be adjusted to grade. The Contractor shall adjust the manholes and catch basins with concrete adjusting rings, brick and mortar in accordance with the City’s standards. Where utility covers fall within the sidewalk, the cover shall be replaced with a slip-resistant cover, or coated with a slip-resistant coating, meeting ADA standards. Section 7-05.3 is supplemented with the following: 7-05.3(5) Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft. Treatment Vault – 224 Ft. X 20 Ft. X 10 Ft. shall be constructed to the size, type, elevations and grades as indicated in the plans and details. The structure shall be installed to include all required or necessary appurtenances, treatment elements, and connection to properly treat the surface drainage as recommended by the manufacturer. The Contractor shall submit product information, specifications, and configuration related to other proposed aspects of construction to the Engineer for approval prior to ordering and installing the system. The Grated Vault Top must be able to support pedestrian loading, and meet the requirements included in Section 6-03. Section 7-05.3 is supplemented with the following: 7-05.3(6) Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft. Flow Splitter Vault – 10 Ft. X 10 Ft. X 8 Ft. shall be constructed to the size, type, elevations, and grades indicated on the plans and details. The structure shall be installed to include all required or necessary lids, hatches, appurtenances, internal weir, and connections to inlet and outlet pipes. Hatches shall be adjusted to finished grade. Section 7-05.3 is supplemented with the following: 7-05.3(7) Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft. Infiltration Chamber Manifold Vault – 27 Ft. X 7.5 Ft. X 7 Ft. shall be constructed to the size, elevations, and grades indicated on the plans and details. The structure shall be installed to include all required or necessary lids, hatches, appurtenances, ladders, internal weirs, connections to inlets and outlet pipes. Hatches shall be adjusted to finished grade. Section 7-05.3 is supplemented with the following: 7-05.3(8) Hydrodynamic Separator Vault – 22 Ft. X 14 Ft. X 12 Ft. Hydrodynamic Separator Vault – 22 Ft. X 14 Ft. X 12 Ft. shall be constructed to the size, type, elevations, and grades indicated on the plans and details. The structure shall be installed to include all required or necessary lids, hatches, appurtenances, treatment elements, and connections to properly treat the surface drainage as recommended by the manufacturer. The Hydrodynamic Separator Vault must meet the Washington State Department of Ecology TAPE GULD for pretreatment for the online WQ flowrate of 22.6cfs and offline WQ flowrate of 12.6cfs. The Hydrodynamic Separator Vault shall also be designed to be able to bypass flows up to the 100-year flowrate of 125.7cfs. Hatches shall be adjusted to finished grade. Monroe Ave Infiltration Facility SP-129 Special Provisions City of Renton Section 7-05.3 is supplemented with the following: 7-05.3(9) Connection to Drainage Structure This Work consists of connecting a new catch basin structure to the existing 36 In. Diam. storm sewer pipe within Monroe Ave. NE. Work shall include cutting and removing the existing pipe and furnishing and installing pipe couplers and replacement of pipe segments as required to connect to the north and south sides of new catch basin structure. Connection of dissimilar pipe materials shall be made per WSDOT Std Plan B-60.20-02 Heat Shrink Option with Marmac Coupler, or approved equal. The existing conveyance system shall be kept in operation at all times and the necessary precautions shall be taken to prevent debris or other material from entering the sewer, including a tight pipeline bypass if required. Water used for flushing and testing shall not be allowed to enter the sewer. All damage to the existing pipe resulting from the Contractor’s operation shall be repaired at no expense to the Contracting Agency. Section 7-06 is added as follows: 7-06 STORMWATER INFILTRATION FACILITY 7-06.1 Description This Work consists of constructing Stormwater Infiltration Facility in at the location shown in the Plans. The following quantities of materials are anticipated for the facility and are listed only for the convenience of the Bidder in determining the volume of work and are not guaranteed to be accurate. Bidders shall verify these quantities prior to submitting a bid. The actual quantities required may deviate from those listed. Materials include but are not limited to: · Number of chambers Stormtech MC-7200 [MC-4500]: 896 [1430] · Number of end caps: 76 · Solid locking circular catch basin lids · Isolator Row Woven Geotextile: approx. 3530 square yards · Non-woven geotextile for Underground Drainage: approx. 7200 square yards · 24” Diam. Polypropylene manifold pipes, including bedding material CPEP Manifold System · 24” Diam. Chamber inlet CPEP pipes · Flared End Ramp: 16 3 · Various couplings, elbows, and manifold items · Inspection Ports and cover boxes: 3 each 7-06.2 Materials The Contractor shall submit Type 3E Working Drawings for the Stormwater Infiltration Facility chamber system. Infiltration Chambers and End Caps Infiltration Chambers shall be fabricated according to the dimensions shown on the Plans. Chambers shall conform to the requirements of ASTM F 2418, “Standard Specifications for Polypropylene (PP) Corrugated Stormwater Collection Chambers” and ASTM F 2787, “Standard Practice for Structural Design of Thermoplastic Corrugated Wall Stormwater Collection Chambers. Monroe Ave Infiltration Facility SP-130 Special Provisions City of Renton The chamber product used for layout in design was Stormtech MC-4500. MC-7200 chambers are also acceptable. Chamber rows shall provide continuous, unobstructed internal space with no internal support panels that would flow or limit access for inspection and maintenance. The structural design of the chambers, the structural backfill and the installation requirements shall ensure that the load factor specified in the AASHTO LRFD Bridge Design Specifications. Design Specifications section 12.12 are met for: 1. long-duration dead loads and 2. short-duration live loads, based on the AASHTO Design Truck with consideration for impact and multiple vehicle presences. Only chambers that are approved by the engineer will be allowed. The contractor shall submit three sets of the following to the engineer for approval before delivering chambers to the project site: 1. A structural evaluation by a licensed structural engineer that demonstrates that the load factor specified in the AASHTO LRFD Bridge Design Specifications, Section 12.12 are met. 2. Structural cross section detail on which the structural cross section is based. Infiltration Gravel Infiltration Gravel shall conform to Infiltration Gravel as specified in Special Specification 9- 03.16. Geotextiles Geotextile surrounding the infiltration gravel shall be Non-Woven Geotextile for Underground Drainage, Moderate Survivability, Class C Per WSDOT 9-33.2(1) Tables 1 and 2. Geotextile placed underneath the primary and secondary isolator chambers shall be a woven geotextile that meets the following a minimum roll average values: · Weight 8.0 oz · CBR Puncture Resistance of 1,124 lbs, · Trapezoidal Tear Strength of 200lbs, · Grab Tensile Strength of 325 lbs, · Grab Elongation of 15% 7-06.3 Construction Requirements The Contractor shall arrange and attend a Stormwater Infiltration Facility Pre-construction Meeting with a representative from the Chamber Manufacturer and City personnel to review the manufacturer installation instructions and procedures. The Contractor shall arrange for progress inspections and a final inspection by the manufacturer representative during installation of the Stormwater Infiltration Facility. Inspection ports shall be installed as shown on the Plans prior to backfilling. Subgrade Preparation and Subbase Monroe Ave Infiltration Facility SP-131 Special Provisions City of Renton Installation of the facility shall be performed according to the chamber manufacturer’s latest installation guidelines. The performance of the infiltration facility is highly dependent upon avoiding compaction of the soils beneath the infiltration facility. The Contractor shall develop a plan to minimize compaction beneath the facility. The Engineer must approve this plan prior to facility excavation. Pilot Infiltration Testing To verify infiltration performance of soils at the base of the excavation, the Contractor shall supply water for four Pilot Infiltration Tests (PITs) that will be field directed and administered by the Engineer and geotechnical representative at locations within the infiltration facility footprint. The Contractor shall coordinate with the Engineer for PITs and provide one week advance notice to the Engineer prior to PITs which must occur prior to backfill within the excavation. The Work is estimated to require an excavator and operator for two days. Infiltration Gravel Compaction Infiltration Gravel shall be installed in 2-foot maximum horizontal lifts and compacted with following WSDOT Standard Specification 2-03.3(14)C Method A. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1) Excavation and Preparation of Trench 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented with the following: Insert the following into paragraph one, after the first sentence: The length of open trench on streets shall be a maximum of 200 linear feet. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented with the following: Pipe bedding for plastic sewer pipe shall consist of clean, granular pea gravel consistent with Section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. Monroe Ave Infiltration Facility SP-132 Special Provisions City of Renton 7-08.3(2)B Pipe Laying – General Section 7-08.3(2)B is supplemented with the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented with the following: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at Contractor’s expense. END OF DIVISION 7 Monroe Ave Infiltration Facility SP-133 Special Provisions City of Renton DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 Description Supplement this section with the following: Temporary Construction Access Road Geotechnical recommendations indicate that the existing site subgrade material contains a high concentration of fines and clays that will become hydric and plastic during wet weather. To prevent destabilization of the subgrade and mobilization of fines that could damage the infiltration zone, the Geotechnical Report recommends installation of a temporary construction access road with geogrid to provide a lasting access surface. The Temporary Construction Access Road shall be constructed per the Plans and include a biaxial geogrid with a 6” Crushed Surfacing Top Course wearing course. Temporary Slope Protection The existing cut slopes on site shall be protected and maintained by the Contractor during the duration of the project to ensure that there isn’t onsite erosion, slope sloughing, or movement of fines into the bottom of the infiltration zone. The Contractor shall maintain the existing TESC BMPs in-place at start of Project. The Contractor shall also adjust the existing TESC BMPs as necessary throughout the Project. The Contractor shall also furnish and install additional BMPs as necessary, including but not limited to the following: · Slope Installation of Nets and Blankets per City of Renton Standard Plan 213.20. · Straw Wattles per City of Renton Standard Plan 213.40. · Quarry Spalls and Permeable Ballast per WSDOT Standard Specifications 9-13 · Construction Geotextile per WSDOT Standard Specifications 9-33. · Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) per WSDOT Standard Specifications 9-14.6(2)A Geotechnical recommendations include stockpiling 150 CY of Quarry Spalls onsite to be able to address any slope erosion in a timely manner. 8-01.2 Materials Supplement this section with the following: Temporary Construction Access Road Crushed Surfacing Top Course – Per WSDOT Standard Specification 9-03.9(3). Biaxial Geogrid – Integrally Formed Biaxial Polypropylene Geogrid with Minimum Average roll values as follows: · Aperture dimensions: 1-Inch · Rib Thickness: 0.05-Inch · Tensile Strength @ 2% Strain: 410 lb/ft · Tensile Strength @ 5% Strain: 810 lb/ft · Ultimate Tensile Strength: 1310 lb/ft (Tensar BX1200 (or approved Equal)) Monroe Ave Infiltration Facility SP-134 Special Provisions City of Renton 8-01.3 Construction Requirements 8-01.3(1) General 8-01.3(1)A Submittals 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan Supplement this section with the following: The Contractor shall prepare a Stormwater Pollution Prevention Plan (SWPPP). The Plan shall comply with City of Renton erosion and sediment control requirements. See City of Renton’s 2022 Construction Stormwater Pollution Prevention (CSWPP) Standards for details. 8-01.3(8) Street Cleaning Section 8-01.3(8) is supplemented with the following: The Contractor shall be responsible for controlling dust and mud within the project. The Contractor shall be prepared to use watering trucks equipped with high-velocity water jets and low-head sprinkling devices, power sweepers, and any other pieces of equipment necessary to avoid creating a nuisance. All streets used by the Contractor during the execution of the work under this contract shall be maintained in a clean condition. Any damage caused by dust and/or mud shall be the sole responsibility of the Contractor. In no case shall sediment-laden water be allowed to enter drainage facilities without prior filtration or sedimentation. The roadways shall be swept daily and as needed, and kept in a clean condition. All costs associated with Street Cleaning and Sweeping shall be incidental to the various bid items. 8-01.3(9)A2 Silt Fence Section 8-01.3(9)A2 is supplemented with the following: The Contractor shall obtain approval from Engineer for silt fence location prior to installation. Silt fence location may vary depending on weather conditions. 8-01.3(9)D Inlet Protection Section 8-01.3(9)D is supplemented with the following: Inlet protection can be in the form of internal devices and shall be installed prior to clearing, grubbing, or earthwork activities. Catch Basin Inserts shall be installed on all new Catch Basins that are constructed as part of this contract. When the depth of accumulated sediment and debris reaches approximately one-half the height of an internal device or one-third the height of the external device (or less if so specified by the manufacturers), the deposits shall be removed and stabilized on site. Catch basin inserts shall be installed at all catch basins within project limits and those immediately downstream of the project site that could possibly receive sediment laden runoff from the site. They shall be installed and meet the requirement of the detail in the Plans. Simply placing a piece of geotextile under the catch basin grate is not acceptable. Monroe Ave Infiltration Facility SP-135 Special Provisions City of Renton Catch basin inserts shall be installed, maintained, inspected, and removed by the Contractor per the Standard Specifications and as recommended by the manufacturer. Inlet protection devices shall be regularly cleaned at the discretion of the Engineer. The cost of this cleaning is incidental to other items of Work. 8-01.3(16) Removal The first paragraph of Section 8-01.3(16) is revised to read: The Contractor shall remove all temporary BMP’s and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. Physical Completion is at the sole discretion of the Engineer and will require the following: 1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. Add New Section 8-01.3(17) as follows: 8-01.3(17) Protection of Existing Trees and Shrubs The Contractor shall carefully protect existing trees and shrubs not specifically protected with high visibility fence during the course of construction against cutting, breaking or skinning of roots, skinning or bruising of bark. The Contractor shall plan all operations so as to avoid creating situations in which trees and shrubs may be damaged. Notify the Engineer if construction may damage trees and shrubs. The Contractor shall not proceed with Work until directed by the Engineer. Root Protection Cut exposed roots clearly and keep moist with straw mulch and burlap or equivalent during the time trenches are open. Hand dig trenches in areas with extensive roots. Roots larger than 3" in diameter shall be left intact and the Engineer notified for instructions on how to proceed. Damages for Loss or Injury to Existing Trees and Shrubs to Remain The Contractor will be assessed damages equal to triple the value of the vegetation as determined in the Guide for Plant Appraisal, Current Edition, published by the International Society of Arboriculture or the estimated cost of restoration with a similar species. Shrub, ground cover, and herbaceous plant values will be determined using the Cost of Cure Method. Damage so assessed will be deducted from the monies due or that may become due the Contractor. 8-02 ROADSIDE RESTORATION 8-02.2 Materials Section 8-02.2 is supplemented with the following: Landscape Mulch shall be Cedar Grove Landscape Mulch or approved equal by Engineer conforming to the material description in Section 9-14.5(4) of these Special Provisions. Monroe Ave Infiltration Facility SP-136 Special Provisions City of Renton Root Barrier shall be DeepRoot 36-inch Universal Guide or approved equal. To be approved as equal, the product shall meet the following requirements: a. Material: black, recyclable, injection molded panel manufactured with 100% reprocessed homopolymer polypropylene with added ultraviolet inhibitors. b. Dimensions: 0.08” (2.032 mm) wall thickness in modules 24” (609 mm) long and 36" (457 mm) deep. c. Additional specifications: i. Integral molded ½” raised 90° root-deflecting ribs; ii. Integral C-and-T joint system for panel connections. _- Man Landscape Boulders shall meet the requirements in these Special Provisions Section 9-03.22. Contractor shall submit proposed materials for Engineer approval and acceptance prior to bringing material to site. 8-02.3 Construction Requirements Section 8-02.3 is supplemented with the following: Root Barrier: 1. Assemble the appropriate number of root barrier panels using Zipper Joining System. 2. Trench immediately adjacent to hardscape to the appropriate depth for installation of specified root barrier so that top of barrier is ½”-1” (12.7mm to 25.4mm) above finished soil grade. 3. Place root barrier in trench, vertical ribs facing toward planting area and tree roots. 4. Where possible, use hardscape as a guide for root barrier alignment. 5. Backfill adjacent planting soil against the root barrier to promote clean fit to hardscape. Fill to finish grade per project specifications. 8-02.3(1) Responsibility During Construction This section is supplemented with the following: Dumping or stockpiling of topsoil, compost, or wood chip mulch shall not be allowed on roadway surfaces. The Contractor shall locate all underground utilities (both new and existing) prior to starting work and shall not disturb or damage them. Promptly notify the Engineer of any conflict between the proposed work and any obstructions. The Contractor shall be responsible for making any and all repairs for damage caused by their activities. 8-02.3(8)A Dates and Conditions for Planting This section is supplemented with the following: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The Contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. Cold storage of plants shall not be permitted. Monroe Ave Infiltration Facility SP-137 Special Provisions City of Renton If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, groundcovers. Remove all tagging prior to final acceptance. 8-02.3(8)B Plant Installation This section is supplemented with the following: All trees, shrubs, and groundcovers shall be planted as detailed on the Plans. Scarify sides and bottom of all planting pits prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to ensure that the location of the ground line at the top of the root ball is the same as the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the root ball or roots. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; then the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root ball is cracked or broken during removal of wrapping or during the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer in planting pit, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to soak away. If water does not drain within ½ hour notify Engineer; tree planting pits which do not drain properly may require drainrock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. 8-02.3(10) Lawn Installation 8-02.3(10)C Lawn Establishment Section 8-0.3(10)C has been deleted and replaced: 8-02.3(10)C1 Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas, inclusive of the playfield, in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than the second mowing. The Monroe Ave Infiltration Facility SP-138 Special Provisions City of Renton Contractor will be held responsible for all damage or loss caused by their inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. 8-02.3(10)C2 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(10)C3 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 8-02.3(10)C4 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Section 8-04.1 is supplemented as follows: Cement Concrete Traffic Curb shall be constructed per City of Renton Standard Plan 101. Cement Concrete Rolled Curb shall be constructed per detail shown in the Plans. Cement Concrete Curb and Gutter shall be constructed per City of Renton Standard Plan 101. Monroe Ave Infiltration Facility SP-139 Special Provisions City of Renton 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Section 8-06.1 is supplemented as follows: Cement Concrete Driveway Entrance shall be constructed per City of Renton Standard Plan 104.4. 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.2 Materials Section 8-12.2 is supplemented as follows: Epoxy resin shall conform to Section 9-26.1. Black Vinyl Chain Link Fence Black Vinyl Chain Link Fence will meet City of Renton Standard Plan 234.6. Chain link fence shall be black in color. Fence fabric shall be 9 gage core wire, galvanized with a minimum of 0.8 ounce per square foot of surface area and coated with an ultraviolet-insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer’s written instructions. The Contractor shall provide the Engineer with the manufacturer’s written specifications detailing the product and method of fabrication. Posts and hardware shall be galvanized and powder coated. Nuts and washers shall be field painted after installation. Fence fabric coating, powder coating and paint colors shall match. Samples of the coated fencing materials shall be approved by the Engineer prior to fabrication. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified and approved above. The touch-up paint shall be compatible with the coating system. Chain Link Fence w/ Privacy Slats Chain link fence with privacy slats shall match the existing fence onsite. Contractor to submit Shop Drawings to Engineer for approval of Chain Link Fence w/ Privacy Slats. Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate shall match the existing fence style onsite. The Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate shall be installed in the location per plans. Monroe Ave Infiltration Facility SP-140 Special Provisions City of Renton Contractor to submit Shop Drawings to Engineer for approval of Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate. 8-12.3 Construction Requirements Section 8-12.3 is supplemented as follows: The post blockouts shall be formed with a steel sleeve of the diameter and thickness specified in the Plans. The steel sleeve shall be galvanized after fabrication in accordance with AASHTO M 111. The Contractor shall fill the bottom portion of the railing post with expanded polystyrene as shown in the Plans. The Contractor shall install the steel posts in the post blockouts as shown in the Plans. The posts shall be installed vertically, set in position with epoxy resin, and braced to maintain the vertical position until the epoxy resin hardens. Longitudinal members shall be connected to the steel posts as shown in the Plans. The Contractor shall install the chain link fence fabric in accordance with Section 8- 12.3(1)D, except as otherwise noted. The chain link fence fabric shall be fastened to the posts and longitudinal members at a maximum spacing of 14 inches. Chain Link Fence w/ Privacy Slats and Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate Construct Chain Link Fence w/ Privacy Slats and Double 20-Ft. Wide Chain Link w/ Privacy Slats Gate per Contractor submitted Shop Drawings for Engineer approval. 8-14 CEMENT CONCRETE SIDEWALKS Section 8-14 is supplemented as follows: Cement Concrete Sidewalk shall be constructed per City of Renton Standard Plan 102. Add the following new section: 8-14.3(7) Cold Weather Work The following additional requirements for placing concrete shall be in effect from November 1 to April 1: · The Engineer shall be notified at least 24 hours prior to placement of concrete. · All concrete placement shall be completed no later than 2:00 p.m. each day. Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be placed until the ground is completely thawed. At the time, the forms shall be adjusted and subgrade repaired as determined by the Engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL Section 8-20 is supplemented as follows: 8-20.1 Description “Illumination System” shall include the installation of two electrical Type 1 junction boxes, approximately 55 linear feet of new 4-inch Diameter Schedule 80 PVC Conduit, cable, and the installation of a new luminaire and luminaire concrete pad, as indicated per Plans. Monroe Ave Infiltration Facility SP-141 Special Provisions City of Renton Installation of luminaire and luminaire concrete pad must follow City of Renton Standard Plans 117.1, 117.1A, 119 and 120. Currently there is an existing luminaire in the location of the temporary access road driveway entrance. In order to access the site from Monroe Ave, the existing luminaire will shall need to be de-energized and removed including existing footing (included in Removal of Structures and Obstructions) and the removed luminaire will shall be returned to City of Renton Maintenance Facility. Coordinate luminaire replacement and delivery with Eric Cutshall with the City of Renton at 425-430-7423. The new Luminaire shall require a structural concrete footing, detail per Plans. The new luminaire shall be installed during Stage 2 of work to allow for the temporary construction entrance. The Contractor shall coordinate with Engineer to re-energize the new luminaire. “Adjust Utility Box Covers” Existing Utility Boxes to be protected during construction at the temporary construction entrance. Services are not to be interrupted. Upon restoration of roadway and installation of Cement Concrete Driveway, existing Utility Box Covers shall be adjusted to finished grade. 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8-24.2 Materials Section 8-24.2 is supplemented as follows: Gravity block wall blocks shall be rectangular prisms with dimensions 2’-5 ½” by 2’-5 ½” by 4’-11”, except for special blocks which shall be as dimensioned in the Plans. All dimensions shall be ±1/2”. Gravity block wall blocks shall be cast with Class 3000 concrete, conforming to the air content requirements of Section 6-02.3(2)A. Commercial concrete shall not be used. Gravity block wall blocks will be accepted based on visual inspection, and conformance to Section 6-02.3(9) and the specified concrete strength and air content requirements. Gravity Block Wall Blocks shall have an interlocking system integrated into their form. 8-12.3 Construction Requirements 8-24.3(2) Gravity Block Wall Section 8-24.3(2) is supplemented as follows: Submittals The Contractor shall submit working drawings of the gravity block wall to the Engineer for approval in accordance with Section 6-01.9. The working drawings shall include, but not be limited to, the following: Monroe Ave Infiltration Facility SP-142 Special Provisions City of Renton 1. Plan, elevation, and section views of the wall, showing the layout, batter, and orientation of the blocks. 2. Dimensions and details of the blocks, including details and locations of block erection lifting loops and inserts, and the features designed to interlock blocks together if the blocks have such features. 3. Method and equipment used to erect the blocks. 4. Erection sequence. The Contractor shall not begin fabricating gravity block wall blocks until receiving the Engineer’s approval of the working drawing submittal. Gravity Block Wall Erection The Gravity Block Wall shall be installed as a method of separation between the Infiltration Gravel and Non-Infiltration Material Incl. Haul. The Gravity Block Wall is to be installed in tandem with the placement and compaction of the Infiltration Gravel and Non-Infiltration Material Incl. Haul. The Gravity Block Wall shall not be installed as indicated on the Plansmore than 4-feet above the adjacent fill to be placed by the Contractor. A Non-Woven Geotextile for Underground Drainage shall be installed between the Gravity Block Wall and the Non-Infiltration Material Incl Haul, which will be paid separately. After excavating for the wall base, the Contractor shall grade the excavation for a width equal to or exceeding the width of the bottom row of blocks. The base shall be graded to the base elevation shown in the Plans and working drawings as approved by the Engineer and shall accommodate the batter of the bottom row of blocks. Gravity Block Wall shall have a 6-inch leveling course of Crushed Surfacing Top Course; paid for separately under Bid Item 1-09.14(2)A10 “Crushed Surfacing Top Course” and no additional payment will be made for the leveling course. Gravity Block Wall blocks shall be erected vertically and shall have no batter. The Contractor shall erect the gravity block wall and place the backfill in accordance with the erection sequence as approved by the Engineer. The top of the gravity block wall shall be within two inches of the line and grade shown in the Plans. The backfill shall be compacted in accordance with Section 2-03.3(14)C, Method C. The Contractor shall repair all large blemishes, honeycombed areas, and chipped surfaces, (25 square inches and larger) on the exposed face of the erected wall using methods and materials as approved by the Engineer. 8-26 SWING GATE Replace Section 8-26 with the following: 8-26.1 Description Swing gate to be furnished and installed by Contractor. Swing gate to be single arm swing gate with a gate arm holder. Contractor shall provide shop drawings to engineer prior to fabrication. Monroe Ave Infiltration Facility SP-143 Special Provisions City of Renton 8-26.2 Materials Materials shall conform to detail shown on the Plans. Swing gate posts and support pipes to be constructed out of I.P.S. Carbon Steel. Class 4000 Cement Concrete shall be used for Swing Gate Post Footings. Sign shall meet all material components per WSDOT Sign Fabrication Manual and Sign Detail R10-18. 8-26.3 Construction Requirements Contractor shall submit shop drawings to the Engineer for approval prior to fabrication of swing gate and sign. END OF DIVISION 8 Monroe Ave Infiltration Facility SP-144 Special Provisions City of Renton DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with the following: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 16 Sieve +/- 4% +/- 6% No. 30 Sieve +/- 4% +/- 6% No. 50 Sieve +/- 4% +/- 6% No. 100 Sieve +/- 3% +/- 5% No. 200 sieve +/- 2.0% +/- 3.0% Asphalt Binder +/- 0.5% +/- 0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA Minimum and maximum as listed in 9-03.8(2) Va 2.5% Minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point’s section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.14 Borrow 9-03.14(2) Select Borrow Section 9-03.14(2) is revised as follows: The table is revised as follows: Sieve Size Percent Passing 4” 100 2” 75-100 No. 4 50-80 No. 40 25 min No. 100 2.0-8.0 No. 200 1.0-5.0 All percentages are by weight. Monroe Ave Infiltration Facility SP-145 Special Provisions City of Renton Add the following new section: 9-03.16 Infiltration Gravel Infiltration Gravel shall be a clean, crushed, and angular washed stone meeting the AASHTO M43 Designations of either No. 3 or No. 4 gradation. Infiltration Gravel shall conform to either of the following gradations: AASHTO Grading Passing No. 3 No. 4 Sieve Size Min. Max. Min. Max. 2-1/2" 99 100 2" 90 100 99 100 1-1/2" 35 70 90 100 1" 0 15 20 55 3/4” 0 15 1/2" 0 5 3/8” 0 5 No. 100 0 01.0 0 01.0 Infiltration Gravel stone must be hard, strong, and durable. Infiltration Gravel stone must have an LA Wear (Abrasion) value of less than or equal to 30 to be considered hard stone by the AASHTO T 96 test method. All percentages are by weight. Add the following new section: 9-03.22 Landscape Boulders Landscape boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Landscape Boulders shall be from Lynch Creek Quarry in Western Washington, or approved equal. Boulders shall be light grey in color with blue hues. Boulders shall conform to the following table: Rock Size (_-Man) Rock Weight (LBS) Approximate Size1 (Inches) 3 700 – 2,000 28 - 36 4 2,000 – 4,000 36 - 48 1Approximate Size can be determined by taking the average dimension of the three axes of the rock, Length, Width, and Thickness, by use of the following calculation: Length + Width + Thickness 3 = Approximate Size Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-05 DRAINAGE STRUCTURES AND CULVERTS 9-05.15(1) Manhole Ring and Cover Section 9-05.15(1) is supplemented with the following: Monroe Ave Infiltration Facility SP-146 Special Provisions City of Renton All grates and solid covers within the City of Renton Right-of-Way shall have EON lock, Ergo round covers, or approved equivalent. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil 9-14.2(1) Topsoil Type A Section 9-14.2(1) is supplemented as follows: Topsoil Type A shall meet the following requirements: 1. Cation exchange capacity (CEC) of Topsoil Type A shall be a minimum of 10 milliequivalents CEC/100 g dry soil (U.S. EPA Method 9081). 2. Organic content greater than 10-percent but less than 15-percent as measured on a dry weight basis using AASHTO T 267 Determination of Organic Content in Soils by Loss on Ignition. 3. pH shall be between 6.0 and 7.5. 4. Soluble salt contents shall be less than 3.0 hos/com. 5. Conductivity shall be less than 3 mmhs/cm. Topsoil Type A shall be 50-percent to 65-percent Sandy Loam and 50-percent to 35-percent Fine Compost by volume. Sandy Loam shall be as defined by the US Department of Agriculture Soil Classification System, meeting the requirements of Table 1; and be free of phyto-toxic materials, and viable seeds, rhizomes or roots of State-listed noxious weeds. Table 1. Particle Size Analysis for Loam Sieve Size Percent Passing ¾" 100% ½" 90-100% 3/8" 85-100% #4 75-90% #10 55-75% #20 45-60% #30 40-55% #60 20-40% #100 20-30% #200 <30% #270 <25% 2 μm <20% The Fine Compost shall conform to the requirements of Section 9-14.5(8). Contractor shall provide certificates, or sufficient documentation, to the City 2 weeks prior to ordering any compost products for approval by Engineer showing that the supplier sources meet the following criteria: 1. Produce compost products locally. 2. Are certified by the US Composting Council or an equivalent nationally recognized organization. 3. Produce compost products that are derived from the City’s solid waste programs and meet quality standards comparable to standards adopted by the Washington state Department of Transportation or adopted by rule by the Washington state Department of Ecology. Monroe Ave Infiltration Facility SP-147 Special Provisions City of Renton Topsoil Type A Submittal Requirements At least 10 Working Days prior to placement of any soils, the Contractor shall submit the following test results from an independent accredited soils testing laboratory, for samples gathered and tested less than 90 days prior. The laboratory analysis shall be with a sample size of no less than 2 pounds. 1. Grain size analysis results for Sandy Loam. Using method ASTM D422 2. STA / Washington State Department of Transportation Technical Data Sheet for Compost, from a STA accredited lab. 3. Test results from an accredited soil laboratory for all soil mixes, including the following parameters: a. Total and Soluble Nitrogen (NO3 + NH3) b. Phosphorus c. Potassium d. pH e. Organic Matter % (Loss on Ignition method) f. Conductivity g. Calcium h. Sulfur i. Boron 4. Recommendations. Fertilizer and amendment recommendations from an accredited Soil Scientist or Agronomist; for the specified plant type and soil application depth. 5. Mix Samples. Two one (1) gallon samples of each soil mix. Topsoil Type A Acceptance Contractor shall not place any soils until the Engineer has reviewed and confirmed the following: 1. Delivery tickets must show that the full delivered amount of soil matches the product type, volume and Manufacturer named in the submittals. The Engineer may inspect any loads of soil and/or delivery tickets on delivery and stop placement if the delivered soil does not appear to match the submittals; and require sampling and testing of the delivered soil before authorizing soil placement. 9-14.3 Seed Section 9-14.3 is supplemented with the following: The seed mix shall be PT 309 Supreme Mix as manufactured by PT Lawn Seed or approved equal. The drought tolerant turf type seed mix of the following species, percentage, and analysis shall be applied at the rates shown below on all areas designated as Playfield Mix within the project: Application rate: 7-10 lbs per 1000 square feet Botanical Name Common Name Percent of Mixture Aspire Perennial Ryegrass Lolium perenne Aspire 45% Sombrero Kentucky Bluegrass Poa pratensis Sombrero 25% Banfield Perennial Ryegrass Lolium perenne Banfield 15% Longfellow 3 Chewings Fescue Festuca rubra var commutate Longfellow 3 15% Monroe Ave Infiltration Facility SP-148 Special Provisions City of Renton Source Identified seed shall be generation four or less. Non-Source Identified seed shall meet or exceed Washington State Department of Agriculture Certified Seed Standards and be from within the appropriate genetic zones of the Puget Lowland Ecoregion (2) as defined by the US Environmental Protection Agency (EPA). The seed certification class shall be Certified (blue tag) in accordance with WAC 16-302 and meet the following requirements: Prohibited Weed 0% max. Noxious Weed 0% max. Other Weed 0.20% max. Other Crop 0.40% max. The Contractor shall document all Source Identified seed by providing the Association of Official Seed Certifying Agents (AOSCA) yellow seed label for each species in the mix. Site Identification Logs can be supplied for collections where the AOSCA yellow label is not available. 9-14.5(4) Wood Strand Mulch Delete this section in its entirety and replace with the following: 9-14.5(4) Landscape Mulch Landscape Mulch shall consist of a uniform blend comprised by 50% Bark Mulch and 50% Fine Compost. Ninety-five percent of this mixture shall pass through a 1.5-inch sieve. The Bark Mulch shall be derived from Douglas fire, native pine, Sitka spruce, or western/mountain hemlock species. It shall not contain bark, resin, tannin, weed seeds, sawdust, splinters, or other debris/compounds detrimental to plant life. The Bark Mulch when tested shall be according to WSDOT Test Method T 123 prior to placement. The compost portion of the mix must comply with the Washington State Department of Ecology Administrative Code WAC-173-350-220. Landscape Mulch shall be free from: materials toxic to plant growth, rhizomes, roots, subsoil, or other debris and have a PH range of 6.0 -8.0. At the Engineer’s request, prior to delivery, the Contractor shall provide the following: · A 5 gallon sample of the product, for the Engineer’s approval. END OF DIVISION 9