Loading...
HomeMy WebLinkAboutContract - Volume I Award Date: Contract No.: CAG-23-299 Awarded to: Award Amount:___________________________ City of Renton Construction of: Burnett Avenue South Sidewalk & Utility Replacement Project Project No. TED-27-4244, SWP-27-4244, WTR-27-4244 Volume 1 of 2 SEPTEMBER 2023 City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Jonathan Chavez (425)-430-7308 jchavez@rentonwa.gov Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Specifications, and Plans THIS PROJECT IS PARTIALLY FUNDED BY A GRANT AWARDED BY THE WASHINGTON STATE DEPARTMENT OF COMMERCE. GRANT FUNDS ARE ADMINSTERED BY THE WASHINGTON STATE DEPARTMENT OF COMMERCE. CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Burnett Avenue South Sidewalk & Utility Replacement Project Project No. TED-27-4244, SWP-27-4244, WTR-27-4244 SEPTEMBER 2023 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS VOLUME 1 OF 2 THIS PROJECT IS PARTIALLY FUNDED BY A GRANT AWARDED BY THE WASHINGTON STATE DEPARTMENT OF COMMERCE. GRANT FUNDS ARE ADMINSTERED BY THE WASHINGTON STATE DEPARTMENT OF COMMERCE. CITY OF RENTON 1055 South Grady Way Renton, WA 98057 Active Construction, Inc. Emergency Contact List Project Name:Burnett Avenue South Sidewalk & Utilities Replacement Owner:City of Renton Project No.:Owner Contract No.:CAG-23-299 Prime Contractor: Role Name Address Phone No.Email:Note Project Manager Ryan Burks 5110 River Road E Tacoma, WA 98443 (253) 797-9661 ryanb@activeconstructi on.com Project Engineer Miranda Frasier 5110 River Road E Tacoma, WA 98443 (360) 791-5468 mirandam@activeconst ruction.com Superintendent Greg Mundell 5110 River Road E Tacoma, WA 98443 (253) 606-9850 gregm@activeconstruct ion.com Insurance Agent Anna Reid 1201 Pacific Avenue, Suite 1000 Tacoma WA 98402-4321 (253) 761-3246 Anna.Reid@propelinsur ance.com Bonding Agent Holli Albers 1201 Pacific Avenue, Suite 1000 Tacoma WA 98402-4321 (253) 761-3221 Holli.Albers@propelinsu rance.com 23-040 Active Construction, Inc. ACTIVE CONSTRUCTION, INC. JOINT CONSENT IN LIEU OF ANNUAL MEETING OF THE SHAREHOLDERS AND BOARD OF DIRECTORS September 15, 2023 The undersigned, being all of the shareholders and all of the members of the Board of Directors of Active Construction, Inc., a Washington corporation (the “Corporation”), hereby waive all notices, statutory and otherwise, and, acting pursuant to RCW 23B.08.210 and RCW 23B.08.230, without a meeting, do hereby unanimously adopt the following corporate resolutions, and do hereby unanimously consent to the taking of the actions therein set forth: Election of Directors RESOLVED, that David Ceccanti, Rosemarie A. Garms and Ryan Heathers are hereby elected to serve as the directors of the Board of Directors of the Corporation until their successors shall be duly elected and qualified. Appointment of Officers RESOLVED, that the following persons are hereby appointed to serve as officers of the Corporation until their successors shall be duly appointed and qualified: David Ceccanti President Ryan Heathers Vice President Rosemarie A. Garms Secretary/Treasurer General Authority RESOLVED, that the President is hereby authorized and directed, in the name and on behalf of the Corporation, to take any and all such further action as in his judgment may be desirable or appropriate to carry out the purposes of the foregoing resolutions; RESOLVED FURTHER, that the execution by the President of any paper or document or the doing by him of any act in connection with the foregoing matters shall conclusively establish his authority therefor from the Company and the approval and ratification by the Board of Directors of the papers and documents so executed and the action so taken; and RESOLVED FURTHER, that any and all actions heretofore or hereafter taken by the President within the terms of the foregoing resolutions be, and they hereby are, ratified and confirmed. DocuSign Envelope ID: 5DFE0910-8312-4E20-AFB0-39824A50DACA The undersigned shareholders and directors of Active Construction, Inc. hereby consent to the foregoing resolutions effective as of September 15, 2023. SHAREHOLDERS: David Ceccanti Rosemarie A. Garms Ryan Heathers DIRECTORS: David Ceccanti Rosemarie A. Garms Ryan Heathers DocuSign Envelope ID: 5DFE0910-8312-4E20-AFB0-39824A50DACA Certificate Of Completion Envelope Id: 5DFE091083124E20AFB039824A50DACA Status: Completed Subject: Complete with DocuSign: Joint Consent in Lieu of Annual Meeting (20230915).pdf Source Envelope: Document Pages: 2 Signatures: 6 Envelope Originator: Certificate Pages: 2 Initials: 0 Amanda Sampson AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) amandas@activeconstruction.com IP Address: 24.18.86.157 Record Tracking Status: Original 9/14/2023 9:47:36 AM Holder: Amanda Sampson amandas@activeconstruction.com Location: DocuSign Signer Events Signature Timestamp DAVID CECCANTI davidc@activeconstruction.com President Active Construction, Inc. Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 74.94.65.194 Sent: 9/14/2023 9:56:06 AM Viewed: 9/14/2023 2:41:03 PM Signed: 9/14/2023 2:42:28 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Rosemarie A. Garms roseg@activeconstruction.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 73.11.194.62 Sent: 9/14/2023 9:56:07 AM Viewed: 9/14/2023 2:37:22 PM Signed: 9/14/2023 2:37:55 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Ryan Heathers ryanh@activeconstruction.com CONSTRUCTION MANAGER/ESTIMATOR Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 174.204.70.171 Sent: 9/14/2023 9:56:07 AM Resent: 9/15/2023 9:49:07 AM Viewed: 9/15/2023 2:23:56 PM Signed: 9/15/2023 2:26:37 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 9/14/2023 9:56:07 AM Certified Delivered Security Checked 9/15/2023 2:23:56 PM Signing Complete Security Checked 9/15/2023 2:26:37 PM Completed Security Checked 9/15/2023 2:26:37 PM Payment Events Status Timestamps BusinessLicense1055SouthGradyWayRenton,WA98057(425)430-6851RECEIVEDqUJL.ACRentonLicense#:WAStateUBI#ExpirationDate:415242730015331/31/2024ACTIVECONSTRUCTIONINCPDBOX430PUYALLUPWA98371BUSINESSLICENSENON-TRANSFERABLEACTIVECONSTRUCTIONINC5110RIVERRDETACOMAWA98443RentonBusinessLicense#:41524WAStateUBI#273001533ExpirationDate:1/31/2024Mayor,ArrnondoPavoneFinanceAdministrator,KarlRollerLicenseehasappliedforaCityofRenlonbusinesslicenseinaccordancewithRentonMunicipalCode(theCode),TitleVBusiness,Chapter5BusinessLicense.TheLicenseeagreestocomplywithallrequirementsoftheCode,aswellasStatelawsandregulationsapplicabletothebusinessactivitylicensed.LICENSEMUSTBEPOSTEDINTHEPLACEOFBUSINESSFORWHICHITISISSUED1055SGradyWay,RentonWA98057(425)430-6851taxandlicensingrentonwa.govLICENSEMUSTBEPOSTEDINTHEPLACEOFBUSINESSFORWHICHITISISSUEDBELOW DepartmentofLaborandIndustriesP0Box44450Olympia,WA98504-4450ACTIVECONSTRUCTIONINCP0BOX430PUYALLUPWA98371193ACTWECONSTRUCTIONINCReg:CCACTTVCI164JLUBI:273-001-533RegisteredasprovidedbyLawas:ConstructionContractor(CCO1)-GENERALEffectiveDate:4/13/1984ExpirationDate:11/7/2025 FormW—9RequestforTaxpayerGiveFormtothe(RevOctober2018)IdentificationNumberandCertificationrequester.DonotDepartmentoftheTreasurysendtotheIRS.InternalRevenueServiceGotowww.irs.govlFormW9forinstructionsandthelatestintormation.—1Name(assnownonyojrincometaxreturn).Nameisrequiredonthisins,aonotleavet’nislineblank.ActiveConstruction,Inc.2Businessname/aisregaroecentityname,ifdifferentfromabove3Checkappropriateboxforfederaltaxclassificationofthepersonwhosenameisenteredonline1Checkonlyoneofthe4Exemptions(codesapplyonlytofollowingsevenboxes,certainentities,notindividuals,see—instructionsonpage3):Individual/soleproprietororCCorporationI.SCorporationPartnershipTrust/estateinsingle-memberLLCExemptpayeecode(ifany)_________Limitedliabilitycompany.Enterthetaxclassification(C=Ccorporation,S=Scorporation,P=Partnership)_________2Note:Checktheappropriateboxinthelineaboveforthetaxclassificationofthesingle-memberowner.DonotcheckExemptionfromFATCAreportinginLLCiftheLLCisclassifiedasasingle-memberLLCthatisdisregardedfromtheownerunlesstheowneroftheLLCiscode‘ifan‘.anotherLLCthatisnotdisregardedfromtheownerforU.S.federaltaxpurposes.Otherwise,asingle-memberLLCthatisdisregardedfromtheownershouldchecktheappropriateboxforthetaxclassificationofitsowner.Other(seeinstructions)(Appliesto0000u,vsmao,ta,oedoUts,dOtheUS.)5Address(number,street,andapt.orsuiteno.)Seeinstructions.Requester’snameandaddress(optional)5110RiverRoadEast6City,state,andZIPcodeTacoma,WA984337Listaccountnumber(s)here(optional)•mi.TaxpayerIdentificationNumber(TIN)EnteryourTINintheappropriatebox.TheTINprovidedmustmatchthenamegivenonline1toavoidSocialsecuritynumberbackupwithholding.Forindividuals,thisisgenerallyyoursocialsecuritynumber(SSN).However,foraresidentalien,soleproprietor,ordisregardedentity,seetheinstructionsforPartI,later.Forother——entities,itisyouremployeridentificationnumber(EIN).Ifyoudonothaveanumber,seeHowtogetaTIN,later,orNote:Iftheaccountisinmorethanonename,seetheinstructionsforline1.AlsoseeWhatNameandEmployeridentificationnumberNumberToGivetheRequesterforguidelinesonwhosenumbertoenter.‘9—‘0839[7’8iiITh1IICertificationUnderpenaltiesofperjury,Icertifythat:1.Thenumbershownonthisformismycorrecttaxpayeridentificationnumber(orIamwaitingforanumbertobeissuedtome);and2.Iamnotsubjecttobackupwithholdingbecause:(a)Iamexemptfrombackupwithholding.or(b)IhavenotbeennotifiedbytheInternalRevenueService(IRS)thatIamsubiecttobackupwithholdingasaresultofafailuretoreportallinterestordividends,or(c)theIRShasnotifiedmethatIamnolongersubiecttobackupwithholding;and3.IamaU.S.citizenorotherU.S.person(definedbelow);and4.TheFATCAcode(s)enteredonthisform(ifany)indicatingthatIamexemptfromFATCAreportingiscorrect.Certificationinstructions.Youmustcrossoutitem2aboveifyouhavebeennotifiedbytheIRSthatyouarecurrentlysubjecttobackupwithholdingbecauseyouhavefailedtoreportallinterestanddividendsonyourtaxreturn.Forrealestatetransactions,item2doesnotapply.Formortgageinterestpaid,acquisitionorabandonmentofsecuredproperty,cancellationofdebt,contributionstoanindividualretirementarrangement(IRA),andgenerally,paymentsotherthaninterestanddividends,youarenotrequiredtosignthecertification,butyoumustprovideyourcorrectTIN.SeetheinstructionsforPartII,later.SignSignatureofDate3/6/2023HereU.S.peon9•Form1099-DIV(dividends,includingthosefromstocksormutualGeneralInstructionsfunds)SectionreferencesaretotheInternalRevenueCodeunlessotherwise•Form1099-MISC(varioustypesofincome,prizes,awards,orgrossnoted,proceeds)Futuredevelopments.Forthelatestinformationaboutdevelopments•Form1099-B(stockormutualfundsalesandcertainotherrelatedtoFormW-9anditsinstructions,suchaslegislationenactedtransactionsbybrokers)aftertheywerepublished,gotowww.trs.gov/FormW9.•Form1099-S(proceedsfromrealestatetransactions)PurposeofForm•Form1099-K(merchantcardandthirdpartynetworktransactions)Anindividualorentity(FormW-9requester)whoisrequiredtofilean•Form1098(homemortgageinterest),1098-E(studentloaninterest),informationreturnwiththeIRSmustobtainyourcorrecttaxpayer1098-T(tuition)identificationnumber(TIN)whichmaybeyoursocialsecuritynumber•Form1099-C(canceleddebt)(SSN),individualtaxpayeridentificationnumber(ITIN),adoption•Form1099-A(acquisitionorabandonmentofsecuredproperty)taxpayeridentificationnumber(ATIN),oremployeridentificationnumber(EIN),toreportonaninformationreturntheamountpaidtoyou,orotherUseFormW-9onlyifyouareaU.S.person(includingaresidentamountreportableonaninformationreturn.Examplesofinformationalien),toprovideyourcorrectTIN.returnsinclude,butarenotlimitedto,thefollowing.IfyoudonotreturnFormW-9totherequesterwithaTIN,youmight•Form1099-tNT(interestearnedorpaid)besubjecttobackupwithholding.SeeWhatisbackupwithholding,later.Cat.No10231XFormW—9(Rev.10-2018) CITY OF RENTON Burnett Avenue S Sidewalk & Utility Replacement Project TED-27-4244, SWP-27-4244, WTR-27-4244 CONTRACT DOCUMENT TABLE OF CONTENT Volume 1 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Scope of Work 4. Vicinity Map 5. Instructions to Bidders 6. Call for Bids 7. *Proposal and Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage 8. *Proposal Bid Bond Form 9. *Department of Labor and Industries Certificate Registration 10. *Schedule of Prices 11. *Acknowledgement of Receipt of Addenda 12. *Certification of Compliance with Wage Payment Statutes 13. *Subcontractor List 14. Contract Bond to the City of Renton 15. Fair Practices Policy Affidavit of Compliance 16. Contract Agreement (Contracts other than Federal - Aid FHWA) 17. Retainage Selection and Retainage Bond 18. City of Renton Insurance Requirements 19. Additional Insurance Requirements Unique to the Grant Contract and Certificate of Insurance 20. Washington State Prevailing Minimum Hourly Wage Rates 21. Traffic Control Information 22. City of Renton Special Provisions 23. City of Renton Standard Plans 24. Grant Contract with Dept. of Commerce (Contract #20-96627-211) Volume 2 - Construction Plans (reduced 11x17) CITY OF RENTON Burnett Avenue S Sidewalk & Utility Replacement Project TED-27-4244, SWP-27-4244, WTR-27-4244 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: • Removal and replacement of approximately 500 feet of concrete curb, gutter and sidewalk and driveways; • Installation of 6 streetlights; • Installation of approximately 500 feet of 12-inch diameter restrained-joint Class 52 ductile water main with polyethylene wrap, 3 fire hydrants, 8 water services, 4 valves, 2 connections to existing water mains; • Installation of approximately 112 feet of 12-inch storm drain pipe, 3 Type I catch basins and 1 Type 2 catch basin; • Testing, poly-pigging, disinfecting and flushing of new water mains and CCTV inspection of new storm drain; • Removal and replacement of asphalt concrete pavement, asphalt grinding and overlay, channelization and signage; • Temporary traffic control, erosion and sedimentation control measures, restoration of public and private properties. The estimated project cost including sales tax is $800,000 to $1,200,000 A total of 60 working days is allowed for completion of the project. This project is being funded with state grant funds administered by the Washington State Department of Commerce. The Contractor, and any subcontractors on the Project, shall follow all applicable Terms and Conditions of the Grant Contract. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this Contract Document. The City reserves the right to reject any and all bids. VICINITY MAP INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted. The bids will be publicly opened and read via a Zoom video conferencing 60 minutes after the bid closing, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer by the close of the business day that is five (5) business days preceding the bid opening. Written addenda to clarify questions that arise may then be issued. If a bidder has any questions regarding the project, the bidder may: Submit questions via email to jchavez@rentonwa.gov. The bidder shall include "Bid Question – Burnett Ave S Sidewalk and Utility Replacement Project” in the subject line. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3. The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made by check or direct deposit. 12. The Contractor shall obtain such construction insurance (e.g., fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”. 13. The Contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing to the jobsite and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one Bidder. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Acknowledgment of Federal Funding This project is being funded with State grant funds administered by the Washington State Department of Commerce. 19. Grant Management The Contracting Agency will be responsible for all communications and billings regarding the performance of the grant. 20. Grant Contract Terms and Conditions The Grant Contract has been included in the Contract Documents (under #24 of Table of Contents). The Contractor, and any subcontractors on the Project, shall follow all applicable Terms and Conditions of the Grant Contract. The Contractor, and any subcontractors on this project, must not be presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. 21. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction Lower Tier Covered Transactions i. The lower tier contractor certifies, by signing this contract that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. ii. Where the lower tier contractor is unable to certify to any of the statements in this contract, such contractor shall attach an explanation to this contract. 22. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the Contractor and any laborers, workmen, mechanics or subconsultants. The Contractor is responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 23. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The Contractor shall conduct the work in accordance with all applicable pollution control laws. The Contractor shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The Contractor shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 24. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2023 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 25. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 28. Bidder’s Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS? ❑ Sales Tax for this project is bid at 10.1% ❑ Have you submitted the Subcontractors List? ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you reviewed the Terms and Conditions of the Grant Contract as shown in the Contract Documents (under #24 of Table of Contents)? ❑ Have you confirmed that you, and any subcontractors, are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency? ❑ Have you submitted the Proposal and Combined Affidavit & Certificate Form? ❑ Have you submitted Department of Labor and Industries Certificate of Registration Form? ❑ Have you certified Receipt of Addenda, if any have been issued? ❑ Have you bid on all items and all schedules? CAG-23-299CITYOFRENTONCALLFORBIDSBurnettAveSSidewalkandUtilityReplacementProjectTED-27-4244,SWP-27-4244,WTR-27-4244SubmittalDeadline:2:00PM,September26,2023Sealedbidswillbereceiveduntil2:00p.m.,Tuesday,September26,2023,atthelobbyofRentonCityHall,1055SouthGradyWay,RentonWA98057.Nomailed,Fedex,orUPSdeliveredwillbeaccepted.SealedbidswillbeopenedandpubliclyreadviatheZoomvideo-conferencingwebapplicationat3:00p.m.,Tuesday,September26,2023(60minutesafterpublishedbidsubmittaltime).Anybidsreceivedafterthepublishedbidsubmittaltimecannotbeconsideredandwillnotbeaccepted.•Pleaseincludebidder’sname,address,andthenameoftheprojectontheenvelope.•ThebidopeningmeetingcanbeaccessedviavideoconferencebyclickingthislinktojointheZoommeeting:•https://us02web.zoom.us/i/85084653624?pwd=VIIFNmsrMGQwenlySkZPOGlgQkZ5QTO9•MeetingID:85084653624•Passcode:180869•Zoomisfreetouseandisavailableathttps://zoom.us/.AllBidProposalsshallbeaccompaniedbyaBidProposaldeposit(certifiedcheckorSuretybond)inanamountequaltofivepercent(5%)oftheamountofsuchBidProposal.ShouldthesuccessfulBidderfailtoenterintosuchContractandfurnishsatisfactoryperformancebondwithinthetimestatedintheSpecifications,theBidProposaldepositshallbeforfeitedtotheCityofRenton.Plans,Specifications,Addenda,andPlanHoldersListforthisprojectareavailableon-linethroughBuildersExchangeofWashington,Inc.,athttp://www.bxwa.com.Clickonbxwa.com;PostedProjects;PublicWorks;CityofRenton;ProjectsBidding.(Note:BiddersareencouragedtoRegisterasaBidder,inordertoreceiveautomaticemailnotificationoffutureAddendaandtobeplacedontheBiddersList),contactBuildersExchangeofWashingtonat425-258-1303shouldyourequirefurtherassistance.Biddocumentswillalsobeavailableathttp://rentonwa.gov/bids/under“CallsforBids”.BiddersarenottocontacttheCityofRentonortheEngineertoobtainbiddingdocuments.Theworktobeperformedunderthiscontractshallinclude,butnotbelimitedto:•Removalandreplacementofapproximately500feetofconcretecurb,gutterandsidewalkanddriveways;•Installationof6streetlights,•Installationofapproximately500feetof12-inchdiameterrestrained-jointClass52ductilewatermainwithpolyethylenewrap,3firehydrants,8waterservices,4valves,2connectionstoexistingwatermains;testing,poly-pigging,disinfectingandflushingofnewwatermains;•Installationofapproximately112feetof12-inchstormdrainpipe,3TypeIcatchbasinsand1Type2catchbasin;•Removalandreplacementofasphaltconcretepavement,asphaltgrindingandoverlay,channelizationandsignage;ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal Temporarytrafficcontrol,erosionandsedimentationcontrolmeasures,restorationofpublicandprivateproperties.Atotalof60workingdaysisallowedforcompletionoftheproject.Theestimatedprojectcostincluding10.1%salestaxis$800,000to$1,200,000ThisprojectisbeingfundedwithstategrantfundsadministeredbytheWashingtonStateDepartmentofCommerce.TheContractingAgencyhasincludedtheGrantContractintheCity’sContractBidDocumentsfortheProject.TheContractor,andanysubcontractorsontheProject,shallfollowallapplicableTermsandConditionsoftheGrantContract.TheCityreservestherighttorejectanyand/orallbidsandtowaiveanyand/orallinformalities.TheCity’sFairPractices,Non-Discrimination,andAmericanswithDisabilityActPoliciesshallapply.TheCityofRentoninaccordancewithTitleVIoftheCivilRightsActof1964,78Stat.252,42U.S.C.2000dto2000d-4andTitle49,CodeofFederalRegulations,DepartmentofTransportation,subtitleA,OfficeoftheSecretary,Part21,nondiscriminationinFederallyassistedprogramsoftheDepartmentofTransportationissuedpursuanttosuchAct,herebynotifiesallBiddersthatitwillaffirmativelyinsurethatinanyContractenteredintopursuanttothisadvertisement,disadvantagedbusinessenterprisesasdefinedat49CFRPart26willbeaffordedfullopportunitytosubmitBidsinresponsetothisinvitationandwillnotbediscriminatedagainstonthegroundsofrace,color,nationalorigin,orsexinconsiderationforanAward.WomenandMinorityBusinessEnterprises(WMBE)areencouragedtobid.CertificationRegardingDebarment,Suspension,IneligibilityandVoluntaryExclusion-LowerTierCoveredTransactionLowerTierCoveredTransactionsi.Thelowertiercontractorcertifies,bysigningthiscontractthatneitheritnoritsprincipalsispresentlydebarred,suspended,proposedfordebarment,declaredineligible,orvoluntarilyexcludedfromparticipationinthistransactionbyanyFederaldepartmentoragency.ii.Wherethelowertiercontractorisunabletocertifytoanyofthestatementsinthiscontract,suchcontractorshallattachanexplanationtothiscontract.Questionsabouttheprojectshallbeaddressedto:JonathanChavez,PublicWorksDepartment,ichavez@rentonwa.gov.Questionsreceivedlessthan5businessdayspriortothedateofsealedbidsubmittalmaynotbeanswered.TheCitywillnotberesponsibleforotherexplanationsorinterpretationsofthebiddocuments.-JasonA.Seth,MMC,CityClerkPublished:DailyJournalofCommerce,September7,2023DailyJournalofCommerce,September14,2023Providedtoui1dersExchangeofWA,Inc.ForusageConditionsAgreementseewwwbxwacom-AlwaysVerifyScal CITYOFRENTONBurnettAvenueSSidewalk&UtilityReplacementProjectTED-27-4244,SWP-27-4244,WTR-27-4244Proposal&CombinedAffidavit&CertificateFormTOTHECITYOFRENTONRENTON,WASHINGTONLadiesand/orGentlemen:Theundersignedherebycertifythatthebidderhasexaminedthesiteoftheproposedworkandhavereadandthoroughlyunderstandtheplans,specificationsandcontractgoverningtheworkembracedinthisimprovement,andthemethodbywhichpaymentwillbemadeforsaidwork,andherebyproposetoundertakeandcompletetheworkembracedinthisimprovement,orasmuchthereofascanbecompletedwiththemoneyavailable,inaccordancewiththesaidplans,specificationsandcontractandthescheduleofprices.Theundersignedfurthercertifiesandagreestothefollowingprovisions:NON-COLLUSIONAFFIDAVITBeingdulysworn,deposesandsays,thatheistheidenticalpersonwhosubmittedtheforegoingproposalorbid,andthatsuchbidisgenuineandnotshamorcollusiveormadeintheinterestoronbehalfofanypersonnotthereinnamed,andfurther,thatthedeponenthasnotdirectlyinducedorsolicitedanyotherBidderontheforegoingworkorequipmenttoputinashambid,oranyotherpersonorcorporationtorefrainfrombidding,andthatdeponenthasnotinanymannersoughtbycollusiontosecuretohimselfortoanyotherpersonanyadvantageoverotherBidderorBidders.ANDCERTIFICATIONRE:ASSIGNMENTOFANTI-TRUSTCLAIMSTOPURCHASERVendorandpurchaserrecognizethatinactualeconomicpracticeoverchargesresultingfromanti-trustviolationsareinfactusuallybornebythepurchaser.Therefore,vendorherebyassignstopurchaseranyandallclaimsforsuchover-chargesastogoodsandmaterialspurchasedinconnectionwiththisorderorcontract,exceptastooverchargesresultingfromanti-trustviolationscommencingafterthedateofthebid,quotation,orothereventestablishingthepriceunderthisorderorcontract.Inaddition,vendorwarrantsandrepresentsthatsuchofhissuppliersandsubcontractorsshallassignanyandallsuchclaimstopurchaser,subjecttotheaforementionedexception.ANDMINIMUMWAGEAFFIDAVITFORMI,theundersigned,havingbeendulysworn,deposed,sayandcertifythatinconnectionwiththeperformanceoftheworkofthisproject,Iwillpayeachclassificationoflaborer,workman,ormechanicemployedintheperformanceofsuchwork;notlessthantheprevailingrateofwageornotlessthantheminimumrateofwagesasspecifiedintheprincipalcontract.ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwacom-AlwaysVerifySeal Ihavereadtheaboveandforegoingstatementsandcertificate,knowthecontentsthereofandthesubstanceassetforththereinistruetomyknowledgeandbelief.FOR:PROPOSAL,NONCOLLUSIONAFFIDAVIT,ASSIGNMENTOFANTI-TRUSTCLAIMSTOPURCHASERANDMINIMUMWAGEAFFIDAVIT4t77vCN77?41t17o?OJtvC-NameofBidder’sFirmPrintedName:2AV//9L164IJT/Signature:______________________________________Address:I€’1V.Ifl9ContactName(pleaseprint):34’/6’174A),677fl’7477Phone:_____________________Email:______________________NamesofMembersofPartnership:ORNameofPresidentofCorporationPAV/12NameofSecretaryofCorporationieD64,e4tCorporationOrganizedunderthelawsofWithMainOfficeinStateofWashingtonatg-/V,Q--,ed2E.9ç/4gmeonthisNotaryPublicinandfortheStateofWashingtonNotary(Print)/Z26/1IMyappointmentexpires:I/Z23SubscribedandsworprovidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwacom-AlwaysVerifyScal ProposalBidBondKNOWALLMENBYTHESEPRESENTS,Thatwe,[ContractorlActiveConstruction,Inc._____________of[address]P.0.Box430,PuyaIlu,WA98371asPrincipal,And[Surety]LibertyMutualInsuranceCompanyacorporationdulyorganizedunderthelawsoftheStateofMassachusettsandauthorizedtodobusinessintheStateofWashington,asSurety,areheldandfirmlybounduntotheCityofRentoninthesumoffive(5)percentofthetotalamountofthebidproposalofsaidPrincipalfortheworkhereinafterdescribed,forthepaymentofwhich,wellandtrulytobemade,webindourselves,ourheirs,executors,administratorsandassigns,andsuccessorsandassigns,jointlyandseverally,firmlybythesepresents.Theconditionofthisbondissuch,thatwhereasthePrincipalhereinisherewithsubmittinghis/heroritssealedproposalforthefollowingproject,towit:BurnettAveSSidewalkandUtilityReplacementProjectNo.4244saidbidandproposal,byreferencethereto,beingmadeaparthereof.NOW,THEREFORE,ifthesaidproposalbidbysaidPrincipalbeaccepted,andthecontractbeawardedtosaidPrincipal,andifsaidPrincipalshalldulymakeandenterintoandexecutesaidcontractandshallfurnishperformancebondasrequiredbytheCityofRentonwithinaperiodoften(10)daysfromandaftersaidaward,exclusiveofthedayofsuchaward,thenthisobligationshallbenullandvoid,otherwiseitshallremainandbeinfullforceandeffect.INTHEEVENTthePrincipal,followingaward,failstoexecuteanAgreementwiththeCityofRentoninaccordancewiththetermsoftheProposalandfurnishaperformancebondwithSuretyorSuretiesapprovedbytheCityofRentonwithinten(10)daysfromandaftersaidaward,thenPrincipalshallforfeittheBidBond/BidProposalDepositorSuretyshallimmediatelypayandforfeittotheCityofRentontheamountoftheProposalBidBond,assetforthinRCW35A.40.200andRCW35.23.352.INTESTIMONYWHEREOF,thePrincipalandSuretyhavecausedthesepresentstobesignedandsealedthis26thdayofSeptember,2023-10014thAvenue,Suite3700’[Address]‘11;y‘‘I,206-473-3788[TelephoneNumber]ActiveConstruction.Inc.[Principal][Sigptureofauthorizedofficial][Title]LibertyalInsuranceCompany_[Siii’atreofauthorizedofficial]By:HolliAlbers[Attorney-in-Fact]Seattle,WA98154ApprovedbythecityAttorneyon6/03/13 Libertyt_sIMutuaLSURETYThisPowerofAttorneylimitstheactsofthosenamedherein,andtheyhavenoauthoritytobindtheCompanyexceptinthemannerandtotheextenthereinstated.LibertyMutualInsuranceCompanyTheOhioCasualtyInsuranceCompanyWestAmericanInsuranceCompanyCertificateNo:8210464-023049POWEROFATTORNEYKNOWNALLPERSONSBYTHESEPRESENTS:ThatTheOhioCasualtyInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofNewHampshire,thatLibertyMutualInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofMassachusetts,andWestAmericanInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofIndiana(hereincollectivelycalledthe‘Companies”),pursuanttoandbyauthorityhereinsetforth,doesherebyname,constituteandappoint,____________AliceonA.Keltner,AlyssaJ.Lopez.AmberLynnReese,AmeliaG.Burrill.AndrewJamesCarretto,AnneliesM.Richie.AudreyMTurner.BrandonK.Bush,BrentE.Heilesen.CarleyEspiritu,ChristopherAmosHayes.ChristopherKinvon,CynthiaL.Jay,DanaMarieBrinkley.DianeM.Harding,DonaldShanklin,Jr.,EdwardSims.EricA.Zimmerman.HolliAlbers.JacobT.Haddock.JamesB.Binder.JamieL.Marques.JulieRTruitt.JustinDeanPrice.KariMichelleMotley.KatharineSnider,LindseyElaineJorgensen.LoisF.Weathers.MichaelMansfield.MistiM.Webb.SaraSophieScum.SarahWhitaker,TamaraA.RingeisenallofthecityofTacomastateofWAeachindividuallyiftherebemorethanonenamed,itstrueandlawfulattorney-in-facttomake,execute,seal,acknowledgeanddeliver,forandonitsbehalfassuretyandasitsactanddeed,anyandallundertakings,bonds,recognizancesandothersuretyobligations,inpursuanceofthesepresentsandshallbeasbindingupontheCompaniesasiftheyhavebeendulysignedbythepresidentandattestedbythesecretaryoftheCompaniesintheirownproperpersons.INWITNESSWHEREOF,thisPowerofAttorneyhasbeensubscribedbyanauthonzedofficerorofficialoftheCompaniesandthecorporatesealsoftheCompanieshavebeenaffixedtheretothis20thdayofJuly,2023StateofPENNSYLVANIACountyofMONTGOMERYSSLibertyMutualInsuranceCompanyTheOhioCasualtyInsuranceCompanyWestAmericanInsuranceCompanyOnthis20thdayofJuly,2023beforemepersonallyappearedDavidM.Carey,whoacknowledgedhimselftobetheAssistantSecretaryofLibertyMutualInsuranceCompany,TheOhioCasualtyCompany,andWestAmericanInsuranceCompany,andthathe,assuch,beingauthorizedsotodo,executetheforegoinginstrumentforthepurposesthereincontainedbysigningonbehalfofthecorporationsbyhimselfasadulyauthorizedofficer.ARTICLEIV—OFFICERS:Section12.PowerofAttorney.AnyofficerorotherofficialoftheCorporationauthorizedforthatpurposeinwritingbytheChairmanorthePresident,andsubjecttosuchlimitationastheChairmanorthePresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCorporationtomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-fact,subjecttothelimitationssetforthintheirrespectivepowersofattorney,shallhavefullpowertobindtheCorporationbytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretoThesealoftheCorporation.Whensoexecuted,suchinstrumentsshallbeasbindingasifsignedbythePresidentandattestedtobytheSecretary.Anypowerorauthoritygrantedtoanyrepresentativeorattorney-in-factundertheprovisionsofthisarticlemayberevokedatanytimebytheBoard,theChairman,thePresidentorbytheofficerorofficersgrantingsuchpowerorauthority.ARTICLEXIII—ExecutionofContracts:Section5.SuretyBondsandUndertakings.AnyofficeroftheCompanyauthorizedforthatpurposeinwritingbythechairmanorthepresident,andsubjecttosuchlimitationsasthechairmanorthepresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-factsubjecttothelimitationssetforthintheirrespectivepowersofattorney,shallhavefullpowertobindtheCompanybytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCompany.Whensoexecutedsuchinstrumentsshallbeasbindingasifsignedbythepresidentandattestedbythesecretary.CertificateofDesignation—ThePresidentoftheCompany,actingpursuanttotheBylawsoftheCompany,authorizesDavidM.Carey,AssistantSecretarytoappointsuchattorneys-in-factasmaybenecessarytoactonbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Authorization—ByunanimousconsentoftheCompany’sBoardofDirectors,theCompanyconsentsthatfacsimileormechanicallyreproducedsignatureofanyassistantsecretaryoftheCompany,whereverappearinguponacertifiedcopyofanypowerofattorneyissuedbytheCompanyinconnectionwithsuretybonds,shallbevalidandbindingupontheCompanywiththesameforceandeffectasthoughmanuallyaffixed.I,ReneeC.Llewellyn,theundersigned,AssistantSecretary,TheOhioCasualtyInsuranceCompany,UbertyMutualInsuranceCompany,andWestAmericanInsuranceCompanydoherebycertifythattheoriginalpowerofattorneyofwhichtheforegoingisafull,trueandcorrectcopyofthePowerofAttorneyexecutedbysaidCompanies,isinfullforcearideffeciandhasnotbeenrevoked.INTESTIMONYWHEREOF,IhavehereuntosetmyhandandaffixedthesealsofsaidCompaniesthis26thdayofSeptember,202304DavidM.Carey,AssistantSecretarycflci)ci)C(0D-Da)>--adoI.U)—0)Cl)0)w0.9>cuI——Zcj0U)I-INWITNESSWHEREOF,IhavehereuntosubscribedmynameandaffixedmynotarialsealatPlymouthMeeting,Pennsylvania,onthedayandyearfirstabovewritten.TeresaPasiella,NotaryPublicIa)MontgomeryCountyII-MycommissionexpiresMarch28,2025IBy:,/‘244_-))t.l,t1(_)lCommonwealthofPennsylvania-NotarySeall0Commissionnumber1126044Public°xMember.PenrrsylvarvaAssociatmnofNotariosteresaPastella,Notary4-0I.ThisPowerofAttorneyismadeandexecutedpursuanttoandbyauthorityofthefollowingBy-lawsandAuthorizationsofTheOhioCasualtyInsuranceCompany,LibertyMutualInsuranceCompany,andWestAmericanInsuranceCompanywhichresolutionsarenowinfullforceandeffectreadingasfollows:00C0C0010U-LMS-12873LMICOC1CWAICMultiCo02121By:I)I?,‘I-ReneeC.Llewellyn,AssistantSecretary5, BurnettAveSSidewalkandUtilityReplacementProjectTED-27-4244,SWP-27-4244,WTR-27-4244DepartmentofLaborandIndustriesCertificateofRegistrationNameonRegistration:At17V?O7ttL17D)’1.77i/tRegistrationNumber:—I/ti/tiL/7’iExpirationDate:Note:Acopyofthecertificatewillberequestedaspartofcontractexecutionwhenprojectisawarded.ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal 12/6/23, 12:52 PM ACTIVE CONSTRUCTION INC https://secure.lni.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=273001533&LIC=ACTIVCI164JL&VIO=&SAW=false&ACCT=20093300 1/1 Department of Labor & Industries Certificate of Workers' Compensation Coverage December 6, 2023 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). WA UBI No.273 001 533 L&I Account ID 200,933-00 Legal Business Name ACTIVE CONSTRUCTION INC Doing Business As ACTIVE CONSTRUCTION INC Workers' Comp Premium Status:Account is current. Estimated Workers Reported (See Description Below) Quarter 3 of Year 2023 ''Greater than 100 Workers'' Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor?Yes License No.ACTIVCI164JL License Expiration 11/07/2025 ADDENDUM1(Page2of2)SCHEDULEOFPRICESBurnettAveSSidewalk&UtilityReplacementProjectSCHEDULEA-ROADWAYIMPROVEMENTSALLENTRIESSHALLBEWRITTENININKORTYPEDTOVALIDATEBIDNote:Unitpricesforallitems,allextensions,andtotalamountofbidshallbeshown.Enterunitpricesinnumericalfiguresonlyindollarsandcentstotwo(2)decimalplaces(includingwholedollaramounts).Allfiguresmustbeclearlylegible.BidswithillegiblefiguresintheUnitPricecolumnwillberegardednonresponsiveandrejected.Whereconflictoccursbetweentheunitpriceandthetotalamountspecifiedforanyitem,theunitpriceshallprevail,andtotalsshallbecorrectedtoconformthereto.ItemSpec.ItemDescriptionQuantityUnitUnitPrice*ExtensionNo.SectionAl1-04MinorChange1EST$25,000A21-05RoadwaySurveying1LSi,c°°71;oPA31-OSRecordDrawings1LS/57,ODA41-07SPCCPlan1LS/573.00/S7J°’A51-09Mobilization1L564000.007JA61-10ProjectTemporaryTrafficControl1LSq337Zq’/9A72-01ClearingandGrubbing1LS00S9o°°A82-02RemovalofStructuresandObstructions1LS00A92-02Remove,SalvageandReinstallExistingFence1LS°00PanelsAlO2-05TreeProtection1LS5ç100ç-ço.°All4-04CrushedSurfacingTopCourse85TN00mnc-m-mmAl25-04HotMixAsphaltOverlayHMACl.1/2InchPG70TN58H-22,IncludingPlaningofBituminousPavement3Z7002Z1-gXX)(/5-00.90‘/5-7)0.DCAl48-02TopsoilTypeA6CY1Al58-02SeededLawnInstallation61SYooDo SCHEDULEOFPRICESBurnettAveSSidewalk&UtilityReplacementProjectSCHEDULEA-ROADWAYIMPROVEMENTSALLENTRIESSHALLBEWRITTENININKORTYPEDTOVALIDATEBIDNote:Unitpricesforallitems,allextensions,andtotalamountofbidshallbeshown.Enterunitpricesinnumericalfiguresonlyindollarsandcentstotwo(2)decimalplaces(includingwholedollaramounts).Allfiguresmustbeclearlylegible.BidswithillegiblefiguresintheUnitPricecolumnwillberegardednonresponsiveandrejected.Whereconflictoccursbetweentheunitpriceandthetotalamountspecifiedforanyitem,theunitpriceshallprevail,andtotalsshallbecorrectedtoconformthereto.ItemSpec.ItemDescriptionQuantityUnitUnitPrice*ExtensionNo.SectionA168-02ArboristWoodchipMulch2CV6b.DA178-02FlexiblePorousSurfaceTreatment1IS1,7,0,DD7OA188-04CementConc.TrafficCurbandGutter480LFqqA198-06CementConc.DrivewayEntranceModified51SYTypeRiB2CO0°/t,00,0A208-06CementConc.DrivewayEntranceTypeC1B54SY2s”°i377A218-14CementConc.Sidewalk118SY/3,qz.0A228-14CementConc.Sidewalkw/2’x2’Pattern178SYA238-14AdjustHandholeorIrrigationBoxcoverand5EAFrametoFinishGradeq75ooA248-20IlluminationSystemAlongBurnettBetween51LS4thStandSSthSt,Completei7c,Ooo.oL/-7ç’Doo.°A258-21PermanentSigning1LS1o’.eoA268-22RemoveandReplacePavementMarking1157oo.0°A278-30WasteReceptacle1EA./5V.00A288-30Bench1EAo3--aoA298-30BikeRack1EA00TotalBidAmount,ScheduleA*$SOLf2/4/93*AllapplicablesalestaxshallbeincludedintheunitandlumpsumBidpriceperSection1-07.2(1)andWAC458-20-171.ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal SCHEDULEOFPRICESBurnettAveSSidewalk&UtilityReplacementProjectSCHEDULEB—WATERMAINIMPROVEMENTSALLENTRIESSHALLBEWRITTENININKORTYPEDTOVALIDATEBIDNote:Unitpricesforallitems,allextensions,andtotalamountofbidshallbeshown.Enterunitpricesinnumericalfiguresonlyindollarsandcentstotwo(2)decimalplaces(includingwholedollaramounts).Allfiguresmustbeclearlylegible.BidswithillegiblefiguresintheUnitPricecolumnwillberegardednonresponsiveandrejected.Whereconflictoccursbetweentheunitpriceandthetotalamountspecifiedforanyitem,theunitpriceshallprevail,andtotalsshallbecorrectedtoconformthereto.SEESECTION1.09.14OFTHESPECIALPROVISIONSFORPAYMENTONBIDITEMSFORTHISSCHEDULEBItemSpec.ItemDescriptionQuantityUnitUnitPrice*ExtensionNo.SectionBi1-09Mobilization/Demobilization(10%Max)1LS00B21-09TrenchSafetySystems1LSDO3’oo.°B3ConstructionSurveying,Staking,AndAs-LS1-09BuiltDrawings1ooq7oô.COB41-09TemporaryTrafficControl1LSoD/DO.Oc’B5ErosionControlandWaterPollutionLS1-09Control1/DO./1.00.OB61-09SiteSpecificUtilityPotholing10EA-ooooDuctileIronClass5212-InchDiameterB?1-09Push-OnjointWaterPipeandRestrained-500LFJointFittingsandPolyethyleneEncasement/5.ZB81-0924”x12”TappingTeeand12”Valve1EAf15°,g,W75OaB91-09GateValveAssembly,12-Inch3EAq0‘BlO1-09FireHydrantAssembly3EA‘Bli1-09ConnectionToExistingWaterMain2EAB121-09WaterServiceConnection,1.5-Inch2EA°13,7cc.°‘B131-09WaterServiceConnection,1-Inch6EA,2ç-DD/‘,95z.DoB141-09CutAndCapExistingWaterMain2EA00B151-09ConcreteForThrustBlockingandDead-10CY37g0OOManAnchorBlocksB161-09RemovalAndReplacementofUnsuitable10TNFoundationMaterialB171-09GravelBorrowforTrenchBackfill550TN2,,7.(RecycledMaterialsNotAllowed)ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal SCHEDULEOFPRICESBurnettAveSSidewalk&UtilityReplacementProjectSCHEDULEB—WATERIMPROVEMENTSALLENTRIESSHALLBEWRITTENININKORTYPEDTOVALIDATEBIDNote:Unitpricesforallitems,allextensions,andtotalamountofbidshallbeshown.Enterunitpricesinnumericalfiguresonlyindollarsandcentstotwo(2)decimalplaces(includingwholedollaramounts).Allfiguresmustbeclearlylegible.BidswithillegiblefiguresintheUnitPricecolumnwillberegardednonresponsiveandrejected.Whereconflictoccursbetweentheunitpriceandthetotalamountspecifiedforanyitem,theunitpriceshallprevail,andtotalsshallbecorrectedtoconformthereto.SEESECTION1.09.14OFTHESPECIALPROVISIONSFORPAYMENTONBIDITEMSFORTHISSCHEDULEBItemSpec.ItemDescriptionQuantityUnitUnitPrice*ExtensionNo.SectionB181-09CrushedSurfacingTopCourse100TNB191-09HotMixAsphaltforFinalTrenchPatch150TNHotMixAsphaltOverlayHMACl.1/2InchPGB201-0958H-2270TNZø’.B211-09MinorChanges1EST$25,000Z5oo.°SubtotalBidAmount,ScheduleB$SalesTax(10.1%)$.TotalBidAmount,ScheduleB*$3L/,b/b’.2-*TheContractorshallcollectfromtheContractingAgencyretailsalestaxontheScheduleBContractpriceperSection1-07.2(2)andWAC458-20-170.ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal SCHEDULEOFPRICESBurnettAveSSidewalk&UtilitiesReplacementProjectSCHEDULEC—STORMDRAINIMPROVEMENTSALLENTRIESSHALLBEWRITTENININKORTYPEDTOVALIDATEBIDNote:Unitpricesforallitems,allextensions,andtotalamountofbidshallbeshown.Enterunitpricesinnumericalfiguresonlyindollarsandcentstotwo(2)decimalplaces(includingwholedollaramounts).Allfiguresmustbeclearlylegible.BidswithillegiblefiguresintheUnitPricecolumnwillberegardednonresponsiveandrejected.Whereconflictoccursbetweentheunitpriceandthetotalamountspecifiedforanyitem,theunitpriceshallprevail,andtotalsshallbecorrectedtoconformthereto.ItemSpec.ItemDescriptionQuantityUnitUnitPrice*ExtensionNo.SectionCl1-04MinorChange1EST$10,000,000C21-10ProjectTemporaryTrafficControl1LSoo/ooo.1>0C32-02RemovalofStructureandObstruction1LSo/DoD.DoC42-09ShoringorExtraExcavationClassB1LS0o/oo,.00C54-04CrushedSurfacingTopCourse13TN—a2.Sq/.3,.çC65-04HotMixAsphaltforFinalTrenchPatch12TN/7voC77-01DrainPipe3In.Diam.ThroughCurb1LS21°cDOOoC87-04DuctileIronStormSewerPipe12In.Diam.111LFq,ovij’)i0IWI/7KW’C97-05CatchBasinType13EA/-7çooqc-ic--oClO7-05CatchBasinType248In.Diam.1EAp0Cli7-05ConnectiontoDrainageStructure1EAq-oTotalBidAmount,ScheduleC*$‘i’7,o’s.*AllapplicablesalestaxshallbeincludedintheunitandlumpsumBidpriceperSection1-07.2(1)andWAC4S820171.*ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal SCHEDULEOFPRICESBurnettAveSSidewalk&UtilitiesReplacementProjectSUMMARYALLENTRIESSHALLBEWRITTENININKORTYPEDTOVALIDATEBIDNote:Unitpricesforallitems,allextensions,andtotalamountofbidshallbeshown.Enterunitpricesinnumericalfiguresonlyindollarsandcentstotwo(2)decimalplaces(includingwholedollaramounts).Allfiguresmustbeclearlylegible.BidswithillegiblefiguresintheUnitPricecolumnwillberegardednonresponsiveandrejected.Whereconflictoccursbetweentheunitpriceandthetotalamountspecifiedforanyitem,theunitpriceshallprevail,andtotalsshallbecorrectedtoconformthereto.Summary:TotalScheduleAbroughtforward=$5t/)2/.TotalScheduleBbroughtforward=$3L1t,‘/&zZ—TotalScheduleCbroughtforward=$‘1/oç.TotalBidAmount(SchedulesA+B+C)=$7,3700Note:determinationoflowbidderwillbebasedsolelyonthe“TotalBidAmount”.ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal ACKNOWLEDGEMENTOFRECEIPTOFADDENDABurnettAvenueSSidewalkandUtilitiesReplacementProjectCAG-23-299TED-27-4244,SWP-27-4244,WTR-27-4244ACKNOWLEDGEMENTOFRECEIPTOFADDENDANO./DATE:____________________NO._____DATE:________________NO.______DATE:____________________NO.______DATE:NO.______DATE:SIGNED:TITLE:NAMEOFCOMPANY:ADDRESS:CITY!STATE!ZIP:TELEPHONE:PieE.,t2JrA-i7?2jt77u1\.z/v./D1&L/e.r-4’e.7e6nbc.qgqq3/o’7,12_AcknowledgementofReceiptofAddendaPage1of1ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxws.com-AlwaysVerifyEcal CERTIFICATIONOFCOMPLIANCEWITHWAGEPAYMENTSTATUTESThisformmustbesubmittedwiththeBidProposalBurnettAvenueSSidewalkandUtilitiesReplacementProjectCAG-23-299TED-27-4244,SWP-27-4244,WTR-27-4244Thebidderherebycertifiesthat,withinthethree-yearperiodimmediatelyprecedingthebidsolicitationdate,thebidderisnota“willful”violator,asdefinedinRCW49.48.082,ofanyprovisionofchapters49.46,49.48,or49.52RCW,asdeterminedbyafinalandbindingcitationandnoticeofassessmentissuedbytheDepartmentofLaborandIndustriesorthroughaciviljudgmententeredbyacourtoflimitedorgeneraljurisdiction.IcertifyunderpenaltyofperjuryunderthelawsoftheStateofWashingtonthattheforegoingistrueandcorrect.,4t17VC77611{fI77c7u:zwi-.Bidder’sBusinessNameSignatureofAuthorizedOfflcial*fW/r2&arlriPrintedNamef-?€/12fl7TitleDateCityStateCheckOne:SoleProprietorshipPartnershipJointVentureCorporation,—LLCStateofIncorporation,orifnotacorporation,Statewherebusinessentitywasformed:ti1.Ifaco-partnership,givefirmnameunderwhichbusinessistransacted:*1!acorporation,proposalmustbeexecutedinthecorporatenamebythepresidentorvice-president(oranyothercorporateofficeraccompaniedbyevidenceofauthoritytosign).Ifaco-partnership,proposalmustbeexecutedbyapartner.12certofComplianceWagePayment02-12-19Page1of1ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal SUBCONTRACTORLISTBurnettAvenueSSidewalkandUtilitiesReplacementProjectCAG-23-299TED-27-4244,SWP-27-4244,WTR-27-4244InaccordancewithRCW39.30-060:Forallpublicworkscontractsexceeding$1,000,000thebiddershallsubmitthenamesofthesubcontractorswithwhomthebidder,ifawardedthecontract,willsubcontractforthefollowingwork:•Allheating,ventilationandairconditioning,andplumbingsubcontractorsasdescribedinchapter18.106RCW,andelectricalsubcontractorsasdescribedinchapter19.28RCW(thisalsoincludesthecontrolsystemintegratorsubcontractoraswellasotherelectricalsubcontractors)shallbesubmittedaspartofthebid.•Allstructuralsteelinstallationandrebarinstallationsubcontractorsshallbesubmittedaspartofthebid.Iftheworkdoesnotapplytothiscontract,checkthebox“NotApplicable”.Iftheworkwillbeself-performedbythebidder,checkthebox“Self-Performed”.Ifthesubcontractor’snamesarenotsubmittedwiththebidORiftwoormoresubcontractorsarenamedtoperformthesamework,thebidshallbeconsiderednonresponsiveand,therefore,void.Ifsubcontractorsvarywithbidalternates,pleasecompleteaseparateformindicatingwhichsubcontractorswillbeusedforwhichbidalternate.Completethefollowing:Ifawardedthecontract,,4t7flAe/2n57ieett-77uh?v’t-.willcontractwiththefollowingsubcontractorsfortheperformanceofheating,ventilationandairconditioning,plumbing,electrical(includingautomaticcontrols)work,structuralsteelinstallation,andrebarinstallation(Ifnosubcontractorswillberequired,stillsubmittheformindicating“notapplicable”foreachdiscipline):Thefollowinglistofsubcontractsisduewiththebid.CategoryofWorkSubcontractorsNameAddressPhoneNo.CategoryofWorkSubcontractorsNameAddressPhoneNo.Heating,Ventilation&AirConditioning(HVAC)NotApplicableL/otiG-t3/ø9a%J(tst?t,Self-PerformedI2ooj717.etuk910/9tf26.622....223Contractor’sLicenseNo.l’:..M-74çpPlumbing(perRCW18.106)NotApplicable77Øa77)’7tLt-Self-Performed/.q3fr:AiQ—,t2J)t)Lqgif,,4co49972-D.‘/01,’)Contractor’sLicenseNo.797rii,’13SubcontractorListPage1of2ProvidedtoEuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScsi CategoryofWorkSubcontractorsNameAddressPhoneNo.CategoryofWorkSubcontractorsNameAddressPhoneNo.NotApplicableSelf-Performed“Icertify(ordeclare)underpenaltyofperjuryunderthelawsoftheStateofWashingtonthattheinformationprovidedbybidderinthesubcontractorlistingformistrueandcorrecttothebestofmyknowledgeandbelief.”Signature:PrintedName:P,viot!4z.e?n7-I13SubcontractorListDate:________Page2of2Electrical(perRCW19.28)777ttf57fl/iU.eq”/,(0rn4v.qôZc7cD.D24’1Contractor’sLicenseNo.7AiJ/927k’OStructuralSteelandRebarInstallationNotApplicableUSelf-PerformedContractor’sLicenseNo.ProvidedtoBuildersExchangeofWA,Inc.ForusageConditionsAgreementseewww.bxwa.com-AlwaysVerifyScal APWA-WADivision1Committeerev.1/8/2016ProposalforIncorporatingRecycledMaterialsintotheProjectIncompliancewithanewlawthatwentintoeffectJanuary1,2016(SHB1695),theBiddershallproposebelow,thetotalpercentofconstructionaggregateandconcretematerialstobeincorporatedintotheProjectthatarerecycledmaterials.CalculatedpercentagesmustbewithintheamountsallowedinSection9-03.21(1)E,TableonMaximumAllowablePercent(ByWeight)ofRecycledMaterial,oftheStandardSpecifications.Proposedtotalpercentage:_______________________________percent.Note:Useofrecycledmaterialsishighlyencouragedwithinthelimitsshownabove,butdoesnotconstituteaBidderPreference,andwillnotaffectthedeterminationofaward,unlesstwoormorelowestresponsiveBidtotalsareexactlyequal,inwhichcaseproposedrecyclingpercentageswillbeusedasatie-breaker,pertheAPWAGSPinSection1-03.1oftheSpecialProvisions.Regardless,theBidder’sstatedproposedpercentageswillbecomeagoaltheContractorshoulddoitsbesttoaccomplish.BidderswillberequiredtoreportonrecycledmaterialsactuallyincorporatedintotheProject,inaccordancewiththeAPWAGSPinSection1-06.6oftheSpecialProvisions.Bidder:4rn’JJSignatureofAuthorizedOfficial:______________________________________________________Date:____________________________________________________AddendumNo.2Page2of2Erovidedto3uildersExchangechA,Inc.ForsareConditicnsAgreementseewww.bxwa.ccm—AlwaysVerifyScale ADDENDUM1(Page1of2)BURNETTAVENUESSIDEWALK&UTILITIESREPLACEMENTPROJECTCITYPROJECTNO.4244ADDENDUMNO.IDATEOFADDENDUMISSUE:BIDDUEDATE:DATEOFBIDOPENING:September22,2023September26,2023September26,2023NOTETOALLPLANHOLDERS:ThisAddendumNo.1,containingthefollowingrevisions,additions,deletions,and/orclarifications,isherebymadeapartofthePlansandContractProvisions(ContractDocuments)fortheabove-namedproject.BiddersshalltakethisAddendumintoconsiderationwhenpreparingandsubmittingtheirbids.BiddersshallacknowledgereceiptandacceptanceofthisAddendumNo.1inthespaceprovidedontheProposalSignaturePageorbysigninginthespaceprovidedbelowandsubmittingthesignedaddendumwiththebidpackage.FailuretoprovidethiswrittenacknowledgemayresultindisqualificationoftheBidder’ssubmittal.SCHEDULEOFPRICES1.DELETEPage1ofScheduleofPrices(ScheduleA—RoadwayImprovements)andREPLACEwithattachedProposal(Page18of285).Revisionsinclude:•ReviseBidItemA12ItemDescriptionto“HotMixAsphaltOverlayHMACl.Y2InchPG58H-22,IncludingPlaningofBituminousPavement”ALLOTHERREQUIREMENTSOFTHECONTRACTDOCUMENTSREMAININEFFECT.Sincerely,WATERUTILITYjchavez09/21/2023JonathanChavez,P.E.CivilEngineerIIICityofRentonReceiptacknowledged,andconditionsagreedtothis2jZM’dayof2023Bidder_______________________________SignatureBurnettAvenuesSSidewalk&UtilitiesReplacementProjectAddendumNo.1Page1of1 BURNETTAVENUESSIDEWALK&UTILITIESREPLACEMENTPROJECTCITYPROJECTNO.4244ADDENDUMNO.2DATEOFADDENDUMISSUE:BIDDUEDATE:DATEOFBIDOPENING:September25,2023September26,2023September26,2023NOTETOALLPLANHOLDERS:ThisAddendumNo.2,containingthefollowingrevisions,additions,deletions,and/orclarifications,isherebymadeapartofthePlansandContractProvisions(ContractDocuments)fortheabove-namedproject.BiddersshalltakethisAddendumintoconsiderationwhenpreparingandsubmittingtheirbids.BiddersshallacknowledgereceiptandacceptanceofthisAddendumNo.2inthespaceprovidedontheProposalSignaturePageorbysigninginthespaceprovidedbelowandsubmittingthesignedaddendumwiththebidpackage.FailuretoprovidethiswrittenacknowledgemayresultindisqualificationoftheBidderssubmittal.SCHEDULEOFPRICES•Theattachedform“ProposalforIncorporatingRecycledMaterialsintotheProject”includedwiththisAddendumno.2mustbecompletedandsubmittedaspartofthebid.ALLOTHERREQUIREMENTSOFTHECONTRACTDOCUMENTSREMAININEFFECT.Sincerely,Wh’AbdoulGafourWaterUtilityEngineeringManagerCityofRentonReceiptacknowledged,andconditionsagreedtothisof‘r,2023Bidder________________________________Signature2BurnettAvenuesSSidewalk&UtilitiesReplacementProjectAddendumNo.2Page1of2FrcvidedoBuildersExchangeCfh.L,Inc.ForusageCondiricnsAgreementseewww.bxwa.ccm-AlwaysVerifyScae CONTRACTBONDTOTHECITYOFRENTONBondNo.023228918KNOWALLMENBYTHESEPRESENTS,Thatwe,(CONTRACTOR/PRINCIPAL)ActiveConstruction,Inc.of[address]P.0.Box430,Puyallup,WA98371asPRINCIPAL,and(SURETY)LibertyMutualInsuranceCompanyacorporationorganizedandexistingunderthelawsoftheStateofMassachusettsasaSURETYcorporation,andqualifiedunderthelawsoftheStateofWashingtontobecomeSURETYuponbondsofcontractorswithmunicipalcorporations,asSURETY,arejointlyandseverallyheldandfirmlyboundtotheCityofRenton(CITY/OWNER)inthesumofEightHundredNinety-sevenThousand,EightHundredNinety-sevenandNo/lOGUSDollars($897,897.00)TotalContractAmount,forthepaymentofwhichsumondemandwebindourselvesandourheirs,successors,assigns,executors,administratorsandpersonalrepresentatives,asthecasemaybe.ThisobligationisenteredintopursuanttothelawsoftheStateofWashingtonandtheordinancesoftheCityofRenton.DatedatTacoma,Washington,this15thdayofNovember,2023NOW,THEREFORETHECONDITIONSOFTHEABOVEOBLIGATIONAREASFOLLOWS:WHEREAS,underandpursuanttoContractNo.CAG-23-299providingforconstructionoftheBurnettAvenueSSidewalkandUtilitiesReplacementProiect;thePRINCIPALhasaccepted,orisabouttoaccept,theContract,andundertaketoperformtheWorkthereinprovidedforinthemannerandwithinthetimesetforth.•TheSURETYindemnifies,defends,andprotectsandholdstheCITY/OWNER,itsofficers,agents,andassignsharmlessfromandagainstallclaims,liabilities,causesofaction,damages,andcostsforsuchpaymentsforlabor,equipment,andmaterialsbysatisfyingallclaimsanddemandsincurredundertheContract,andreimbursingandpayingCITY/OWNERallexpensesthatCITY/OWNERmayincurinmakinggoodanydefaultbyPRINCIPAL;and,againstanyclaimofdirectorindirectlossresultingfromthefailureofthePRINCIPAL,itsheirs,executors,administrators,successors,orassigns,(orthesubcontractorsorlowertiersubcontractorsofthePRINCIPAL)topayalllaborers,mechanics,subcontractors,lowertiersubcontractorsmaterialpersons,andallpersonswhoshallsupplysuchcontractororsubcontractorswithprovisionsandsuppliesforthecarryingonofsuchwork;and,againstanyclaimofdirectorindirectlossresultingfromthefailureofthePRINCIPAL,itsheirs,executors,administrators,successors,orassigns(oranyoftheemployees,subcontractors,orlowertiersubcontractorsofthePRINCIPAL)tofaithfullyperformtheContract.•TheindemnitiestoCITY/OWNERshallalsoinuretothebenefitoftheConsultingEngineersandotherdesignprofessionalsretainedbyOWNERinconnectionwiththeProject.•Nochange,extensionoftime,alteration,oradditiontothetermsoftheContractortotheWorktobeperformedundertheContractshallinanywayaffectSURETY‘sobligationontheContractBond.SURETY,forvaluereceived,herebywaivesnoticeofanychange,extensionoftime,alteration,oradditiontothetermsoftheContractortheWorktobeperformedthereunderandagreesthatmodificationsandchangestothetermsandconditionsoftheContractthatincreasethetotalamounttobepaidthePRINCIPALshallautomaticallyincreasetheobligationoftheSURETYonthisContractBondandnoticetoSURETYisnotrequiredforsuchincreasedobligation.•ThisContractBondshallbegovernedandconstruedbythelawsoftheStateofWashington,andvenueshallbeinKingCounty,Washington.BurnettAvenueSSidewalkandUtilitiesReplacementProjectPage1of214ContractBondtotheCityofRenton\TED-27-4244,SWP-27-4244,WTR-27-424403/08/2022Fcib FURTHERMORE,thisContractBondshallbesatisfiedandreleasedonlyupontheconditionsthatPRINCIPALorSURETY:•FaithfullyperformsallprovisionsoftheContractandchangesauthorizedbyCITY/OWNERinthemannerandwithinthetimespecifiedasmaybeextendedundertheContract;•Pay,inaccordancewithChapters39.08,39.12and60.28RevisedCodeofWashington(RCW),thesumsdueallworkers,laborers,mechanics,subcontractors,lowertiersubcontractors,materialsuppliers,andallotherpersonsoragentswhosupplylabor,equipment,ormaterialsforcarryingonofsuchworkundertheContract;•Payalltaxes,increasesandpenalties,ifany,incurredonorrelatedtotheContractunderTitles50and51RevisedCodeofWashington(RCW)andanyandalltaxesimposedonthePrincipleunderTitle82RCWoranyotherlaw;•Receivesawrittendischarge/releaseofbondfromCITY,signedbytheMayororbyadulyauthorizedrepresentativeofCITY.ThisContractBondshallbeexecutedintwo(2)originalcounterparts,andshallbesignedbytheparties’dulyauthorizedofficers.ThisContractBondwillonlybeacceptedifisaccompaniedbyafullyexecutedandoriginalpowerofattorneyfortheofficeexecutingonbehalfoftheSURETY.PRINCIPALSURETYActiveConstruction,Inc.[PRINCILI[SignatureofAuthorizedOfficial]C.1-[PrintedName]Pvi4[Title]IOItlAkqt’1].2iY2S[Date]LibertyMutualInsuranceCompany[SURETY(cmLuJ[SignatureofAuthorizedOfficial]HolIiAlbers[PrintedName]Attorney-in-Fact[Title]November15,2023[Date]NameandaddressoflocalofficeofAgentand/orSURETYCompany:PropelInsurance1201PacificAvenue,Suite1000Tacoma,WA98402ThInhon253-759-2200BurnettAvenueSSidewalkandUtilitiesReplacementProjectTED-27-4244,SWP-27-4244,WTR-27-424414contractBondtothecityofRenton\03/08/2022FclbPage2of2 V£•ThisPowerofAttorneylimitstheactsofthosenamedherein,andtheyhavenoauthoritytobindtheCompanyexceptinthemannerandtotheextenthereinstated.LibertyLibertyMutualInsuranceCompanylVlutuaLTheOhioCasualtyInsuranceCompanyCertificateNo:8210464-023049WestAmericanInsuranceCompanySURETYPOWEROFATTORNEYKNOWNALLPERSONSBYTHESEPRESENTS:ThatTheOhioCasualtyInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofNewHampshire,thatLibertyMutualInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofMassachusetts,andWestAmericanInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStaleofIndiana(hereincollectivelycalledthe‘Companies),pursuanttoandbyauthorityhereinsetforth,doesherebyname,constituteandappoint,AliceonA.Keitner,AlyssaJ.Lopez.AmberLynnReese,AmeliaG.Burrill,AndrewJamesCarretto,AnneliesM.Richie,AudreyM.Turner,BrandonK.Bush.BrentE.Heilesen,CarleyEspintuChristopherAmosHayesChristopherKin’sonCynthiaLJayDanaManeBrinkleyDianeMHardingDonaldShankimJrFdsardSimsEricAZimmerman.HolliAlbers,JacobT.Haddock.JamesB.Binder,JanñeL.Marques,JulieR.Tnuitt,JustinDeanPrice.KimMichelleMotley,KatharineI.Snider.LindseyElaineJorgensen.LoisF.Weathers.MichaelMansfield,MistiM.Webb.SaraSophieSellin.SarahWhitaker.TamaraA.RingeisenallofthecityofTacomastateofWAeachindividuallyiftherebemorethanonenamed,itstrueandlawfulattorney-in-facttomake,execute,seal,acknowledgeanddeliver,forandonitsbehalfassuretyandasitsactanddeed,anyandallundertakings,bonds,recognizancesandothersuretyobligations,inpursuanceofthesepresentsandshallbeasbindingupontheCompaniesasiftheyhavebeendulysignedbythepresidentandattestedbythesecretaryoftheCompaniesintheirownproperpersons.INWITNESSWHEREOF,thisPowerofAttorneyhasbeensubscnbedbyanauthorizedofficerorofficialoftheCompaniesandthecorporatesealsoftheCompanieshavebeenaffixedtheretothis20thdayofJuly,2023LibertyMutualInsuranceCompanyTheOhioCasualtyInsuranceCompanyWestAmericanInsuranceCompany/4c,rECl).A4’/(DOCl)DavidM.Carey,AssistantSecretaryStateofPENNSYLVANIACountyofMONTGOMERYisEOnthis20thdayofJuly,2023beforemepersonallyappearedDavidM.Carey,whoacknowledgedhimselftobetheAssistantSecretaryofLibertyMutualInsuranceCompany,TheOhioCasualtyCompany,andWestAmericanInsuranceCompany,andthathe,assuch,beingauthorizedsotodo,executetheforegoinginstrumentforthepurposes.-thereincontainedbysigningonbehalfofthecorporationsbyhimselfasadulyauthorizedofficer.—.INWITNESSWHEREOF,IhavehereuntosubscribedmynameandaffixedmynotarialsealatPlymouthMeeting,Pennsylvania,onthedayandyearfirstabovewritten..2a-NotarySealTeresaPasieiia,NotaryPublic,4Cl)Monigornerycounty./JEEo—MycorrrrnisoionevrriresMarch26,2025By:/0CI)COcommissionnumber1128044l’eresaPastella,NotaryPublico?.ThisPowerofAttorneyismadeandexecutedpursuanttoandbyauthorityofthefollowingBy-lawsandAuthorizationsofTheOhioCasualtyInsuranceCompany,libertyMutual9InsuranceCompany,andWestAmericanInsuranceCompanywhichresolutionsarenowrifullforceandeffectreadingasfollows:•.ARTICLEIV—OFFICERS:Section12.PowerofAttorney.AnyofficerorotherofficialoftheCorporationauthorizedforthatpurposeinwritingbytheChairmanorthePresident,andsubjecttosuchlimitationastheChairmanorthePresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCorporationtomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-fact,subjecttothelimitationssetforthintheirrespectivepowersofattorney,shallhavefullpowertobindtheCorporationbytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCorporation.Whensoexecuted,suchzinstrumentsshallbeasbindingasifsignedbythePresidentandattestedtobytheSecretary.Anypowerorauthoritygrantedtoanyrepresentativeorattorney-in-factundertheprovisionsofthisarticlemayberevokedatanytimebytheBoard,theChairman,thePresidentorbytheofficerorofficersgrantingsuchpowerorauthority.-ARTICLEXIII—ExecutionofContracts:Section5.SuretyBondsandUndertakings.AnyofficeroftheCompanyauthorizedforthatpurposeinwritingbythechairmanorthepresident,andsubjecttosuchlimitationsasthechairmanorthepresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-factsubjecttothelimitallonssetforthintheirrespectivepowersofattorney,shallhavefullpowertobindtheCompanybytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCompany.Whensoexecutedsuchinstrumentsshallbeasbindingasifsignedbythepresidentandattestedbythesecretary.CertificateofDesignation—ThePresidentoftheCompany,acfingpursuanttotheBylawsoftheCompany,authorizesDavidM.Carey,AssistantSecretarytoappointsuchattorneys-in-factasmaybenecessarytoactonbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Authorization—ByunanimousconsentoftheCompany’sBoardofDirectors,theCompanyconsentsthatfacsimileormechanicallyreproducedsignatureofanyassistantsecretaryoftheCompany,whereverappeannguponacertifiedcopyofanypowerofattorneyissuedbytheCompanyinconnectionwithsuretybonds,shallbevalidandbindingupontheCompanywiththesameforceandeffectasthoughmanuallyaffixed.I,ReneeC.Llewellyn,theundersigned,AssistantSecretary,TheOhioCasualtyInsuranceCompany,LibertyMutualInsuranceCompany,andWestAmericanInsuranceCompanydoherebycertifythattheoriginalpowerofattorneyofwhichtheforegoingisafull,trueandcorrectcopyofthePowerofAttorneyexecutedbysaidCompanies,isinlullforcendeffectandhasnotbeenrevoked.INTESTIMONYWHEREOF,IhavehereuntosetmyhandandaffixedthesealsofsaidCompaniesthis15thdayofNovember,2023...2.By:________________ReneeC.Llewellyn,AssistantSecetaryMember,PennsylvaniaF,ssocialblnofNotariesLMS-1287)LM1CocicWAiCMuhiCo02121 —Renton0CITYOFRENTONFAIRPRACTICESPOLICYAFFIDAVITOFCOMPLIANCEActiveConstruction,Inc.herebyconfirmsanddeclaresthat:(Nameofcontractor/subcontractor/consultant)Itisthepolicyoftheabove-namedcontractor/subcontractor/consultant,toofferequalopportunitytoallqualifiedemployeesandapplicantsforemploymentwithoutregardtotheirrace;religion/creed;nationalorigin;ancestry;sex;thepresenceofaphysical,sensory,ormentaldisability;ageover40;sexualorientationorgenderidentity;pregnancy;HIV/AIDSandHepatitisCstatus;useofaguidedog/serviceanimal;maritalstatus;parental/familystatus;militarystatus;orveteran’sstatus.II.Theabove-namedcontractor/subcontractor/consultantcomplieswithallapplicablefederal,stateandlocallawsgoverningnon-discriminationinemployment.Ill.Whenapplicable,theabove-namedcontractor/subcontractor/consultantwillseekoutandnegotiatewithminorityandwomencontractorsfortheawardofsubcontracts.ActiveConstruction,Inc.DavidCeccantiPrintAgent/Representative’sNamePresidentPrintAgent/Representative’sTitleAgent/Representative’sSignatureNovember17,2023DateSignedInstructions:ThisdocumentMUSTbecompletedbyeachcontractor,subcontractor,consultantand/orsupplier.Includeorattachthisdocument(s)withthecontract. AGREEMENT Armando Pavone Mayor CONTRACT NO. CAG-23-299 THIS AGREEMENT, made and entered into this 4th day of January, 2024 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Active Construction, Inc., hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1.Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2.Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Burnett Avenue S Sidewalk and Utility Replacement Project, WTR-27-4244, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $897,897.00, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. Substantial Completion for this project must occur by May 31, 2023. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6.Grant Compliance. The Contractor, and any subcontractors on the Project, shall follow all applicable terms of the Grant Contract included in the Contract Documents (under #24 of Table of Contents). 7.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. The Department of Commerce and the State of Washington are not liable for CAG-23-299 claims or damages arising from the Contractor's performance of the Work or any subcontractor's performance of the Work. 8.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the ·Sontractor has hereunto set his hand and seal the day and year first above-written. 1 CONTRACTOR: Activ � President/Partner/Owner David Ceccanti, President Corporate bylaws attached Secretary d/b/a Active Construction, Inc. CITY OF RENTON: Armando Pavone, Mayor ATTEST Jason Seth, City Clerk FIRM INFORMATION CHECK ONE: □Limited Liability Company □Partnership � Corporation STATE OF INCORPORATION: Washington CONTRACTOR CONTACT INFORMATION: Active Construction, Inc. 5110 River Road E Tacoma, WA 98443 253-248-1091 davidp@activeconstruction.com Attention: CITY CONTACT INFORMATION: City of Renton (Jonathan Chavez) 1055 South Grady Way Renton, WA 98057 425-430-7208 ichavez@rentonwa.gov If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is a limited Liability Company, an authorized managing member or manager must sign followed by his/her title. Burnett Avenue S Sidewalk & Utilities Replacement Project CAG-23-299 I:\ WTR-27-4244 u Contract Template Updated 12/29/2017 Contract Agreement.docx\ Date 1/4/2024 CITYOFRENTONBurnettAvenueSSidewalkandUtilitiesReplacementProjectTED-27-4244,SWP-27-4244,WTR-27-4244RETAINAGESELECTIONPerStandardSpecificationsSection1-09.9(1)Retainage,andRCW60.28,asumof5-percentofthemoniesearnedbytheContractorwillberetainedfromprogressestimates.Theretainagewillbeusedasatrustfundfortheprotectionandpaymentof(1)theStatewithrespecttotaxes,and(2)theclaimsofanypersonarisingundertheContract.RetainageshallbeplacedinafundheldbytheCity(non-interestbearing),unlesstheContractorselectsaoneoftheoptionslistedbelowandcompletesallarrangementsneededforthatoptiontothesatisfactionoftheCity.Otherretainagefundoptions:—1.DepositedbytheCityinanescrowaccount(interestbearing)inabank,mutualsavingsbank,orsavingsandloanassociation.DepositswillbeinthenameoftheContractorandbank;andarenotallowedtobewithdrawnwithouttheCity’swrittenauthorization,orX2.TheCity,atits’option,mayacceptabondfromtheContractorinlieuofretainage.IftheContractorselectsoption1or2itisfullyresponsibleforselectingthebankorassociationtobeused,andformakingallarrangementsandpayingallcostsassociatedwiththatoption.Allarrangementsandformsneededforoption1or2shallbesubmittedtotheCityforreviewandapproval.ReleaseoftheRetainagewillbemade60daysfollowingtheCompletionDateprovidedtheconditionsinSpecialProvisionsSection1-09.9(1),andapplicableStateRegulations,aremet.SIGNED:PRINTNAME:DavidCeccanti,PresidentCOMPANY:ActiveConstruction,Inc.DATE:November17,202317RetainageSelection\ RELEASEOFRETA1NAGEBONDOFCONTRACTORBondNo.023228919KNOWALLMENBYTHESEPRESENTS:ThatweActiveConstruction,Inc.(hereinaftercalledPrincipal),andLibertyMutualInsuranceCompanyacorporationorganizedanddoingbusinessunderandbyvirtueofthelawsofthestateofMassachusettsanddulylicensedforthepurposeofmaking,guaranteeingorbecomingsolesuretyuponbondsorundertakingsrequiredandauthorizedbytheStateofWashington,(hereinaftercalledSurety),asSurety,areheldfirmlybounduntoCityofRenton,(hereinaftercalledObligee)inthejustandfullsumofForty-threeThousandThreeHundredFive&01/10043,3O5.o1‘)plus5%ofanyincreasesinthecontractamountthathaveoccurredormayoccur,duetochangeorders,increasesinthequantitiesortheadditionofanynewitemofworkTHECONDITIONSOFTHISOBLIGATIONARESUCHTHAT,Whereas,thesaidPrincipalonthe_______dayof,________enteredintoawrittencontractwiththesaidobligeeforBurnettAveSSidewalkandUtilityReplacementProject-ContractCAG-23-299whichsaidcontractisherebyreferredtoandmadeaparthereofbyreference.WI-IEREAS,PursuanttoChapter60.28RCW,theabovenamedPrincipalhasrequestedreleaseofretainedpercentageearnedorwhichmaybeearnedundersaidcontract,and,WHEREAS,theobligeeiswillingtoreleaseretainedpercentageinadvanceofcontracttermsrelatingtopaymentprovidedtheprincipalshallfilebondtoindemnifytheobligecforallloss,costordamageswhichtheobligeemaysustainbyreasonofpaymentofretainagetotheprincipal,whichbondshallbesubjecttoallclaimsandliensinthesamemannerandsamepriorityasapplytotheretainagepercentagereleased,ortobereleased,NOW,THEREFORE,theconditionofthisobligationissuchthatiftheprincipalshallindemnifytheobligeeforallloss,costordamageswhichtheobligeemaysustainbyreasonofpaymentofretainedpercentagetotheprincipalthenthisobligationshallbenullandvoidunlessotherwisetoremaininfullforceandeffect.fNWITNESSWHEREOF,saidprincipalandsaidSuretyhavecausedthesepresentstobedulysignedandsealedthis15thdayofNovember,2023ActiveConstruction,Inc.By....Principalf),jLecx4-t?4S4*LibertyMutualIuranceCompanyBy:(UUAJHolliAlbersAttorney-in-Fact I—ThisPowerofAttorneylimitstheactsofthosenamedherein,andtheyhavenoauthoritytobindtheCompanyexceptinthemannerandtotheextenthereinstated.LibertyLibertyMutualInsuranceCompany14..utuaLTheOhioCasualtyInsuranceCompanyCertificateNo:8210464-023049WestAmericanInsuranceCompanySURETYPOWEROFATTORNEYKNOWNALLPERSONSBYTHESEPRESENTS:ThatTheOhioCasualtyInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofNewHampshire,thatLibertyMutualInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofMassachusetts,andWestAmericanInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofIndiana(hereincollectivelycalledthe“Companies”),pursuanttoandbyauthorityhereinsetIorth,doesherebyname,constituteandappoint,AticeonA.Kettner,AlyssaJ.Lopez,AmberLynnReese,AmeliaG.Burrill,AndrewJamesCarrello,AnnetiesM.Richie,AudreyM.Turner,BrandonK.Bush,BrentE.Heilesen,CarleyEspiritu.ChristopherAmoshayes,ChristopherKinyon,CynthiaL,Jay.DanaMarieBrinkley.DianeM.Harding.DonaldShanklin.Jr..EdwardSims,EricA.Zimmerman,RothAlbers.JacobT.Haddock.JamesB.Binder.JarnieL.Marques.JulieR.TruitLJustinDeanPrice,KariMichelleMotley.KatharineJ,Snider,LindseyElaineJorgensen.LoisF.Weathers.MichaelMansfield.MistiM.Webb.SaraSophieScum,SarahWhitaker.TamaraA.RingeisenallofthecityofTacomastateofWAeachindividuallyiftherebemorethanonenamed,itstrueandlawfulattorney-in-facttomake,execute,seal,acknowledgeanddeliver,forandonitsbehalfassuretyandasitsactanddeed,anyandallundertakings,bonds,recognizancesandothersuretyobligations,inpursuanceofthesepresentsandshallbeasbindingupontheCompaniesasiftheyhavebeendulysignedbythepresidentandattestedbythesecretaryoftheCompaniesintheirownproperpersons.INWITNESSWHEREOF,thisPowerofAttorneyhasbeensubscnbedbyanauthorizedofficerorofficialoftheCompaniesandthecorporatesealsoftheCompanieshavebeenaffixedtheretothis20thdayoIJuly2023LibertyMutualInsuranceCompanyTheOhioCasualtyInsuranceCompanyWestAmericanInsuranceCompanyBy:________________________DavidM.Carey,AssistantSecretaryStateofPENNSYLVANIADCountyofMONTGOMERYEOnthis20thdayofJuly2023beforemepersonallyappearedDavidM.Carey,whoacknowledgedhimselftobetheAssistantSecretaryofLibertyMutualInsurance0Company,TheOhioCasualtyCompany,andWestAmericanInsuranceCompany,andthathe,assuch,beingauthorizedsotodo,executetheforegoinginstrumentforthepurposesthereincontainedbysigningonbehalfofthecorporationsbyhimselfasadulyauthorizedofficer.INWITNESSWHEREOF,IhavehereuntosubscribedmynameandaffixedmynotarialsealatPlymouthMeeting,Pennsylvania,onthedayandyearfirstabovewritten.f\CommonwealthciPennsylvana-NotarySeal>c,o‘TeresaPastelia,NotaryPublic0‘OFMycornmsanreesMarch28,2025By:,4,t4J£tt.lZv.Commisssonnumberll2ltO44.—44yI2lt,,Mereber,PennyiverriaAssociationofNola,iesTeresaPastella,NotaryPublic.ThisPowerofAttorneyismadeandexecutedpursuanttoandbyauthontyofthefollowingBy-lawsandAuthonzahonsofTheOhioCasualtyInsuranceCompany,LibertyMutualInsuranceCompany,andWestAmericanInsuranceCompanywhichresolutionsarenowinfullforceandeffectreadingasfollows:ARTICLEIV—OFFICERS:Section12.PowerofAttorney.AnyofficerorotherofficialoftheCorporationauthorizedforthatpurposeinwritingbytheChairmanorthePresident,andsubjecttosuchlimitationastheChairmanorthePresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCorporationtomake,execute,seal,acknowledgeanddeliverassurety=anyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-fact,subjecttothelimitationssetforthintheirrespectivepowersofattorney,shallhavefullpowertobindtheCorporationbytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCorporation.Whensoexecuted,suchoinstrumentsshallbeasbindingasifsignedbythePresidentandattestedtobytheSecretary.Anypowerorauthoritygrantedtoanyrepresentativeorattorney-in-factunderthetoprovisionsofthisarticlemayberevokedatanytimebytheBoard,theChairman,thePresidentorbytheofficerorofficersgrantingsuchpowerorauthority,-ARTICLEXIII—ExecutionofContracts:Section5.SuretyBondsandUndertakings.AnyofficeroftheCompanyauthorizedforthatpurposeinwritingbythechairmanorthepresident,andsubjecttosuchlimitationsasthechairmanorthepresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-factsubjecttothelimitationssetforthintheirrespectivepowersofattorney,shallhavetollpowertobindtheCompanybytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCompany.Whensoexecutedsuchinstrumentsshallbeasbindingasifsignedbythepresidentandattestedbythesecretary.CertificateofDesignation—ThePresidentoftheCompany,actingpursuanttotheBylawsoftheCompany,authorizesDavidM.Carey,AssistantSecretarytoappointsuchattorneys-in-factasmaybenecessarytoactonbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Authorization—ByunanimousconsentoftheCompany’sBoardofDirectors,theCompanyconsentsthatfacsimileormechanicallyreproducedsignatureofanyassistantsecretaryoftheCompany,whereverappeannguponacertifiedcopyofanypowerofattorneyissuedbytheCompanyinconnectionwithsuretybonds,shallbevalidandbindingupontheCompanywiththesameforceandeffectasthoughmanuallyaffixed.I,ReneeC.Liewellyn,theundersigned,AssistantSecretary,TheOhioCasualtyInsuranceCompany,LibertyMutualInsuranceCompany,andWestAmericanInsuranceCompanydoherebycertifythattheoriginalpowerofattorneyofwhichtheforegoingisafull,trueandcorrectcopyofthePowerofAttorneyexeCutedbysaidCompanies,isinfullforceandeffectandhasnotbeenrevoked.INTESTIMONYWHEREOF,IhavehereuntosetmyhandandaffixedthesealsofsaidCompaniesthis15thdayofNovember,2023.ii’;ByReneeC.Llewellyn,AssistantSecretaryLM$.12875LM1OocicWAICMultiC02121 Insurance Guidelines for the City of Renton The City of Renton requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number). Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. $1,000,000 Professional Liability.Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. $1,000,000 Pollution Liability. Required if work involves a pollution risk to the environment. $2,000,000 Cyber Liability Insurance. Required for information technology professional services agreements. Limits may be higher for special liability exposures. Builders Risk.May be required up to the amount of the completed value of a new building or major construction project. $1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property Damage Liability). Required coverage only for aircraft tie-down leases. Additional requirements unique to the City of Renton: Name the City of Renton as a certificate holder and a Primary and Non-Contributory Additional Insured on the policy. This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special Event, and Aircraft Liability policies; it does not apply to Professional Liability, Compensation, nor Cyber Insurance. The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. The Certificate Holder should read: City of Renton ATTN: [your & department] 1055 South Grady Way Renton, WA 98057 Direct any questions, comments, or concerns to: Kelsey Urban, Risk Manager 425-430-7669 kurban@rentonwa.gov Revised 10/26/21 CIient#:142662ACTICONS3ACORDTMCERTIFICATEOFLIABILITYINSURANCETHISCERTIFICATEISISSUEDASAMATTEROFINFORMATIONONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER.THISCERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDORALTERTHECOVERAGEAFFORDEDBYTHEPOLICIESBELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEACONTRACTBETWEENTHEISSUINGINSURER(S),AUTHORIZEDREPRESENTATIVEORPRODUCER,ANDTHECERTIFICATEHOLDER.IMPORTANT:IfthecertificateholderisanADDITIONALINSURED,thepolicy(ies)musthaveADDITIONALINSUREDprovisionsorbeendorsed.IfSUBROGATIONISWAIVED,subjecttothetermsandconditionsofthepolicy,certainpoliciesmayrequireanendorsement.Astatementonthiscertificatedoesnotconferanyrightstothecertificateholderinlieuofsuchendorsement(s).CONTACTAnnaReidPRODUCERNAME:PHONEFAX866577-1326PropelInsurance(A/C,No,Ext):8004990933INC.No):1201PacificAvenue;Suite1000E-MAILannareid@propelinsurancecornADDRESS:COMConstructionINSURER(S)AFFORDINGCOVERAGENAIC#Tacoma,WA98402-4321INSuRERA:ValleyForgeInsuranceCompany20508INSUREDINSURERB:ContinentalInsuranceCompany35289ActiveConstructionInc:GreatAmericanE&SInsurance37532INSURERCP0Box430:NationalFireInsCoofHartford20478INSURER0Puyallup,WA98371-0162INSURERE:INSURERF:COVERAGESCERTIFICATENUMBER:REVISIONNUMBER:THISISTOCERTIFYTHATTHEPOLICIESOFINSURANCELiSTEDBELOWHAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIODINDICATED.NOTWITHSTANDINGANYREQUIREMENTTERMORCONDITIONOFANYCONTRACTOROTHERDOCUMENTWITHRESPECTTOWHICHTHISCERTIFICATEMAYBEISSUEDORMAYPERTAIN,THEINSURANCEAFFORDEDBYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS,EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS.INSRADDLSUBNPOLICYEFFPOLICYEXPLTRTYPEOFINSURANCE‘NSRWVDPOLICYNUMBER(MM!DD!YYYY)IMM!DD1YYYY)LIMITSA)(COMMERCIALGENERALLIABILIIY509344737916/15120230611512024EACHOCCURRENCE$1,000,000DAMAGETORENTEDCLAIMS-MADEOCCURPREMISES(Eaoccurrence)$500,000PDDed:5,000MEDEXP)Ayoneperson)$15,000PERSONAL&ADVINJURY$1,000,000GEN’LAGGREGATELIMITAPPLIESPER:GENERALAGGREGATE$2,000,000PROPOLICYL!JJECTLOCPRODUCTS-COMP/OPAGGs2,000,000jOTHER:--__________$COMBINEDSINGLELIMITDAUTOMOBILELIABILITY5093447351161151202306115/2021lEaaccidentl$1,000,000XANYAUTOBODILYINJURY(Perperson)$OWNEDISCHEDULEDAUTOSONLYIAUTOSBODILYINJURY(Peraccident)$vHIREDNON-OWNEDPROPERTYDAMAGE$AUTOSONLYAUTOSONLY(Peracddent($BUMBRELLALIABOCCUR5093447365161151202306/15/2024EACHOCCURRENCE$9,000,000)(EXCESSLIABCLAIMS-MADEAGGREGATE$9,000,000DEDIxlRETENTIONSI0000$‘PERiOTHAWORKERSCOMPENSATION509344737916/15120230611512024(STATUTE[AERANDEMPLOYERSLIABILITYyNANYPROPRIETOR/PARTNER/EXECUTIVEr—iWAStopGapONLYEL.EACHACCIDENT$1,000,000OFFICER/MEMBEREXCLUDED?NIA)MandatoryInNH)EL.DISEASE-EAEMPLOYEE$1,000,000Ifyes,describeunderDESCRIPTIONOFOPERATIONSbelowEL.DISEASE-POLICYLIMIT$1,000,000CContr.PollLiab.CPBE46I3390416/15/202306/15/202’$2,000,000EaPollCond$2,000,000AggregateInstallationFItr——$700,000LimitDESCRIPTIONOFOPERATIONSILOCATIONSIVEHICLES(ACORD101.AddItIonalRemarksSchedule,maybeattachedifmorespaceisrequired)Re:ACIJob#23-040-BurnettAvenueSouthSidewalk&UtilitiesReplacementAdditionalInsuredStatusappliesperattachedform(s).CERTIFICATEHOLDERCANCELLATIONSHOULDANYOFTHEABOVEDESCRIBEDPOLICIESBECANCELLEDBEFORECityofRentonTHEEXPIRATIONDATETHEREOF,NOTICEWILLBEDELIVEREDIN1055SouthGradyWayACCORDANCEWITHTHEPOLICYPROVISIONS.Renton,WA98057AUTHORIZEDREPRESENTATIVE8r4tç,DATE)MMIDDIYYYY)IIll5/2023©1988-2015ACORDCORPORATION.Allrightsreserved.ACORD25(2016/03)1ofITheACORDnameandlogoareregisteredmarksofACORD#S6275164/M5981104AMROO Additional Insurance Requirements Unique to the Grant Contract and Certificate of Insurance Washington State Department of Commerce INSURANCE The GRANTEE shall provide insurance coverage as set out in this section. The intent of the required insurance is to protect the state of Washington should there be any claims, suits, actions, costs, damages or expenses arising from any loss, or negligent or intentional act or omission of the GRANTEE, or Subgrantee, or agents of either, while performing under the terms of this Grant. The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. Except for Professional Liability or Errors and Omissions Insurance, the insurance shall name the state of Washington, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable insurance. The GRANTEE shall instruct the insurers to give COMMERCE thirty ( 30) calendar days advance notice of any insurance cancellation or modification. The GRANTEE shall submit to COMMERCE within fifteen ( 15) calendar days of the Grant start date, a certificate of insurance which outlines the coverage and limits defined in this insurance section. During the term of the Grant, the GRANTEE shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. The GRANTEE shall provide insurance coverage that shall be maintained in full force and effect during the term of this Grant, as follows: Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability arising out of Grant activity but no less than $ 1,000,000 per occurrence. Additionally, the GRANTEE is responsible for ensuring that any Subgrantee/ subcontractor provide adequate insurance coverage for the activities arising out of subgrants/ subcontracts. Automobile Liability. In the event that performance pursuant to this Grant involves the use of vehicles, owned or operated by the GRANTEE or its Subgrantee/ subcontractor, automobile liability insurance shall be required. The minimum limit for automobile liability is $1,000,000 per occurrence, using a Combined Single Limit for bodily injury and property damage. Professional Liability, Errors and Omissions Insurance. The GRANTEE shall maintain Professional Liability or Errors and Omissions Insurance. The GRANTEE shall maintain minimum limits of no less than $ 1,000,000 per occurrence to cover all activities by the GRANTEE and licensed staff employed or under contract to the GRANTEE. The state of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the GRANTEE for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss: A. The amount of fidelity coverage secured pursuant to this Grant shall be $2,000,000 or the highest of planned reimbursement for the Grant period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary. B. Subgrantees/ subcontractors that receive $ 10,000 or more per year in funding through this Grant shall secure fidelity insurance as noted above. Fidelity insurance secured by Subgrantees/ subcontractors pursuant to this paragraph shall name the GRANTEE and the GRANTEE’ s fiscal agent as beneficiary. C. The GRANTEE shall provide, at COMMERCE’ s request, copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that COMMERCE will be provided thirty ( 30) days advance written notice of cancellation. GRANTEES and Local Governments that Participate in a Self-Insurance Program. Self-Insured/ Liability Pool or Self-Insured Risk Management Program – With prior approval from COMMERCE, the GRANTEE may provide the coverage above under a self-insured/ liability pool or self-insured risk management program. In order to obtain permission from COMMERCE, the GRANTEE shall provide: ( 1) a description of its self-insurance program, and (2) a certificate and/or letter of coverage that outlines coverage limits and deductibles. All self-insured risk management programs or self- insured/ liability pool financial reports must comply with Generally Accepted Accounting Principles ( GAAP) and adhere to accounting standards promulgated by: 1) Governmental Accounting Standards Board ( GASB), 2) Financial Accounting Standards Board ( FASB), and 3) the Washington State Auditor’ s annual instructions for financial reporting. GRANTEE’ s participating in joint risk pools shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. The state of Washington, its agents, and employees need not be named as additional insured under a self-insured property/ liability pool, if the pool is prohibited from naming third parties as additional insured. GRANTEE shall provide annually to COMMERCE a summary of coverages and a letter of self insurance, evidencing continued coverage under GRANTEE’ s self-insured/ liability pool or self-insured risk management program. Such annual summary of coverage and letter of self insurance will be provided on the anniversary of the start date of this Agreement. Client#:142662ACTICONS3ACORD.CERTIFICATEOFLIABILITYINSURANCETHISCERTIFICATEISISSUEDASAMATTEROFINFORMATIONONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER.THISCERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDORALTERTHECOVERAGEAFFORDEDBYTHEPOLICIESBELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEACONTRACTBETWEENTHEISSUINGINSURER(S),AUTHORIZEDREPRESENTATIVEORPRODUCER,ANDTHECERTIFICATEHOLDER.IMPORTANT:IfthecertificateholderisanADDITIONALINSURED,thepolicy(ies)musthaveADDITIONALINSUREDprovisionsorbeendorsed.IfSUBROGATIONISWAIVED,subjecttothetermsandconditionsofthepolicy,certainpoliciesmayrequireanendorsement.Astatementonthiscertificatedoesnotconferanyrightstothecertificateholderinlieuofsuchendorsement(s).CONTACTAnnaReidPRODUCERNAME:FAX866577-1326PropelInsurancePHONE8004990933[(NC,No):(A/C,Na,Eat)1201PacificAvenue;Suite1000E-MAILannareid@propelinsurancecorn,DDRESSCOMConstructionINSURER(S)AFFORDINGCOVERAGENAIC#Tacoma,WA98402-4321INSURERA:ValleyForgeInsuranceCompany20508INSUREDINSURERBContinentalInsuranceCompany35289ActiveConstructionInc:GreatAmericanE&SInsurance37532INSURERCP0Box430NationalFireInsCoofHartford20478INSURERDPuyallup,WA98371-0162-_____INSURERF:COVERAGESCERTIFICATENUMBER:REVISIONNUMBER:INSRADDLSUBRPOLICYEFF-POLICYEXPLTRTYPEOFINSURANCE‘NSRWVDPOLICYNUMBER(MMIDDIYYYY)‘MM/DDIYYYY)LIMITSAXCOMMERCIALGENERALLIABILITY—509344737916/15/2023061151202EACHOCCURRENCE$1,000,000DAMAGETORENTEDCLAIMS-MADEOCCURPREMISES(Eaoccurrence)$500,000Ded:5,000MEDEXP(Anyoneperson)$15,000PERSONAL&ADVINJURY$1,000,000GENLAGGREGATELIMITAPPLIESPER:GENERALAGGREGATE$2,000,000EPROPOLICYLJJECTLOCPRODIJCTS-COMP/OPAGGs2,000,000JOTHER:—---$COMBINEDSINGLELIMIT—DAUTOMOBILELIABILITY50934473511611512023061151202lEaaccident)——s1,000,000XANYAUTOBODILYINJURY(Perperson)$OWNEDISCHEDULEDBODILYINJURY(Peraccident)$AUTOSONLYIAUTOSvHIREDL1NON-OWNEDPROPERTYDAMAGE$1AUTOSONLYAUTOSONLY——(Peraccidenl)$BUMBRELLALIABIOCCUR50934473651611512023061151202EACHOCCURRENCE$9,000,000xEXCESSLIABCLAIMS-MADEAGGREGATEs9,000,000DEDXRETENTIONsI0000$AWORKERSCOMPENSATION5093447379---)6I30611512021‘PERIv0TH-ISTATUTEIANDEMPLOYERS’LIABILITYY/NANYPROPRIETORJPARTNERJEXECUTIVEOFFICERJMEMBEREXCLUDED2N/AWAStopGapONLYE.LEACHACCIDENT$1,000,000(MandatoryInNH)EL.DISEASE-EAEMPLOYEE$1,000,000Ifyes,describeunderDESCRIPTIONOFOPERATIONSbelowEL.DISEASE-POLICYLIMITsI,000,000CContr.PollLiab.CPBE46133904)6/15/2023I06I15/2021$2,000,000EaPollCond$2,000,000AggregateInstallationFItr——$700,000LimitDESCRIPTIONOFOPERATIONS/LOCATIONS/VEHICLES(ACORD101,AdditionalRemarksSchedule,maybeattachedifmorespaceisrequired)Re:ACIJob#23-040IContract#20-96627-211-BurnettAvenueSouthSidewalk&UtilitiesReplacementAdditionalInsuredStatusappliesperattachedform(s).CERTIFICATEHOLDERCANCELLATIONSHOULDANYOFTHEABOVEDESCRIBEDPOLICIESBECANCELLEDBEFOREWashingtonStatedept.ofCommerceTHEEXPIRATIONDATETHEREOF,NOTICEWILLBEDELIVEREDINATTN:CommerceDirectACCORDANCEWITHTHEPOLICYPROVISIONS.CapitalProjectsProgramP0Box42525AUTHORIZEDREPRESENTATIVEOlympia,WA98504-2525cDATE(MM/DD/YYYY)11/1612023THIS(STOCERTIFYTHATTHEPOLICIESOFINSURANCELISTEDBELOWHAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIODINDICATED.NOT(NITHSTANDINGANYREQUIREMENT,TERMORCONDITIONOFANYCONTRACTOROTHEROOCUMENTWITHRESPECTTOWHICHTHISCERTIFICATEMAYBEISSUEDORMAYPERTAIN,THEINSURANCEAFFORDEDBYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS,EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS.©1988-2015ACORDCORPORATION.Allrightsreserved.ACORD25(2016103)1ofITheACORDnameandlogoareregisteredmarksofACORD#S6275329IM5981104AMROO PREVAILING MINIMUM HOURLY WAGE RATES Washington State Prevailing Wage Rates Reference City of Renton Certification of Payment of Prevailing Wages Form 20 Washington State Prevailing Minimum Hourly Wage Rates\ WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in _King_ County, may be found at the following website address of the Department of Labor and Industries: https://secure.lni.wa.gov/wagelookup/ Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is September 2023. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The State of Washington “Statement of Intent to Pay Prevailing Wages – Public Works Contract” and “Affidavit of Wages Paid – Public Works Contract” may be filed online with the Department of Labor and Industries. 22 Traffic Control Information\ Burnett Avenue S Sidewalk and Utilities Replacement Project TED-27-4244, SWP-27-4244, WTR-27-4244 TRAFFIC CONTROL The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control plan and obtain City’s approval of that plan when construction, repair, or maintenance work is to be conducted within the City’s right-of-way. The plan shall be consistent with the provisions found in the State of Washington Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways, Section 1-10.2(2) and the Contract Documents. Traffic Control Plan shall be submitted to the City for review at or prior to the Preconstruction Meeting. Traffic Control Standard Plans, application and requirements can be found on the City’s website: https://rentonwa.gov/city_hall/public_works/transportation_systems/operations/traffic/traffic _control_plans Typical details for lane closures are attached. The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. See Special Provisions Section 1-10 for additional requirements. 22 City of Renton Special Provisions\ CITY OF RENTON SPECIAL PROVISIONS Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-i September 2023 Table of Contents INTRODUCTION TO THE SPECIAL PROVISIONS ...................................... Error! Bookmark not defined. DESCRIPTION OF WORK .......................................................................................................................... 3 1-01 DEFINITIONS AND TERMS ................................................................................................ 3 1-01.3 Definitions ........................................................................... Error! Bookmark not defined. 1-02 BID PROCEDURES AND CONDITIONS ........................................................................... 5 1-02.1 Prequalification of Bidders ................................................................................................... 5 1-02.2 Plans and Specifications ..................................................................................................... 5 1-02.4 Examination of Plans, Specifications, and Site of Work ...................................................... 6 1-02.5 Proposal Forms ................................................................................................................... 6 1-02.6 Preparation of Proposal ....................................................................................................... 6 1-02.6(1) Recycled Materials Proposal ............................................................................................... 7 1-02.7 Bid Deposit .......................................................................................................................... 7 1-02.10 Withdrawing, Revising, or Supplementing Proposal ........................................................... 7 1-02.14 Disqualification of Bidders ................................................................................................... 9 1-02.15 Pre Award Information ......................................................................................................... 9 1-03 AWARD AND EXECUTION OF CONTRACT ...................................................................10 1-03.1 Consideration of Bids.........................................................................................................10 1-03.1(1) Identical Bid Totals .............................................................................................................10 1-03.3 Execution of Contract ........................................................................................................ 11 1-03.4 Contract Bond .................................................................................................................... 11 1-03.7 Judicial Review ..................................................................................................................12 1-04 SCOPE OF WORK ............................................................................................................12 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ............................................................................................................................12 1-05 CONTROL OF WORK .......................................................................................................13 1-05.4 Conformity With and Deviations From Plans and Stakes ..................................................13 1-05.7 Removal of Defective and Unauthorized Work ..................................................................17 1-05.11 Final Inspection ..................................................................................................................17 1-05.11 Final Inspections and Operational Testing .........................................................................17 1-05.11(1) Substantial Completion Date .............................................................................................17 1-05.11(2) Final Inspection and Physical Completion Date ................................................................18 1-05.11(3) Operational Testing ............................................................................................................18 1-05.13 Superintendents, Labor and Equipment of Contractor ......................................................19 1-05.14 Cooperation with Other Contractors ..................................................................................19 1-05.15 Method of Serving Notices ................................................................................................20 1-05.16 Water and Power ...............................................................................................................20 1-05.18 Record Drawings ...............................................................................................................20 1-06 CONTROL OF MATERIAL ...............................................................................................22 1-06.1 Approval of Materials Prior to Use .....................................................................................22 1-06.6 Recycled Materials ............................................................................................................22 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................23 1-07.1 Laws to be Observed .........................................................................................................23 1-07.2 State Sales Tax ..................................................................................................................24 1-07.7 Load Limits ........................................................................................................................25 1-07.15 Temporary Water Pollution Prevention………………………………………………………...25 1-07.16 Protection and Restoration of Property .............................................................................25 1-07.16(1)C Private Property .................................................................................................................25 1-07.17 Utilities and Similar Facilities .............................................................................................25 1-07.18 Public Liability and Property Damage Insurance ................ Error! Bookmark not defined. 1-07.18 Insurance ............................................................................ Error! Bookmark not defined. 1-07.18(1) General Requirements........................................................ Error! Bookmark not defined. 1-07.18(2) Additional Insured ..............................................................................................................28 1-07.18(3) Subcontractors ...................................................................................................................28 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-ii September 2023 1-07.18(4) Verification of Coverage ....................................................................................................28 1-07.18(5) Coverages and Limits .....................................................................................................29 1-07.18(5)A Commercial General Liability ..........................................................................................29 1-07.18(5)B Automobile Liability .........................................................................................................30 1-07.18(5)C Workers’ Compensation ..................................................................................................30 1-07.18(5)K Professional Liability .......................................................................................................30 1-07.23 Public Convenience and Safety ......................................................................................30 1-07.23(1) Construction Under Traffic ..............................................................................................30 1-08.0 Preliminary Matters .........................................................................................................33 1-08.0(1) Preconstruction Conference ............................................................................................33 1-08.0(2) Hours of Work .................................................................................................................33 1-08.3 Progress Schedule ..........................................................................................................34 1-08.5 Time for Completion ........................................................................................................35 1-08.6 Suspension of Work ........................................................................................................36 1-09 MEASUREMENT AND PAYMENT .................................................................................37 1-09.2(1) General Requirements for Weighing Equipment ............................................................37 1-09.2(5) Measurement ..................................................................................................................37 1-09.6 Force Account .................................................................................................................37 1-09.9 Payments ........................................................................................................................37 1-09.11(3) Time Limitation and Jurisdiction ......................................................................................39 1-09.13(3) Claims $250,000 or Less ................................................................................................40 1-09.13(3)A Arbitration General ..........................................................................................................40 1-09.14 Payment Schedule ..........................................................................................................40 1-09.14(1) Scope ..............................................................................................................................40 1-09.14(2) Bid Items .........................................................................................................................41 1-09.14(2)A Mobilization & Demobilization (10% Maximum of Total Bid Pre-Tax)– Lump Sum (Bid Item B1) ...................................................................................................................................41 1-09.14(2)B Trench Safety Systems – Lump Sum (Bid Item B2) .......................................................42 1-09.14(2)C Construction Surveying, Staking, and As-Built Drawings – Lump Sum (Bid Item B3) ....42 1-09.14(2)D Temporary Traffic Control – Lump Sum (Bid Item B4) ....................................................43 1-09.14(2)E Erosion Control and Water Pollution Control – Lump Sum (Bid Item B5) ......................43 1-09.14(2)F Site Specific Utility Potholing – Each (Bid Item B6) .......................................................43 1-09.14(2)G Ductile Iron Class 52 12-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement –– Linear Foot (Bid Item B7) ..........................44 1-09.14(2)H 24”x12” Tapping Tee and Valve – Each (Bid Item B8) ....................................................45 1-09.14(2)I Gate Valve Assembly, 12” – Each (Bid Item B9) ............................................................45 1-09.14(2)J Fire Hydrant Assembly – Each (Bid Item B10) ...............................................................46 1-09.14(2)K Connection to Existing Water Main –– Each (Bid Item B11) ..........................................46 1-09.14(2)L 1.5-Inch Water Service Connection – Each (Bid Item B12) ...........................................47 1-09.14(2)M 1-Inch Water Service Connection – Each (Bid Item B13) ..............................................48 1-09.14(2)N Cut and Cap Existing Water Main – Each (Bid Item B14) ..............................................48 1-09.14(2)O Concrete for Thrust Blocking and Dead-Man Anchor Blocks –– Cubic Yard (Bid Item B15) ................................................................................................................49 1-09.14(2)P Removal and Replacement of Unsuitable Foundation Material – Ton (Bid Item B16) ...49 1-09.14(2)Q Gravel Borrow for Trench Backfill –– Ton (Bid Item B17) ...............................................49 1-09.14(2)R Crushed Surfacing Top Course – Ton (Bid Item B18) ....................................................50 1-09.14(2)S Hot Mix Asphalt for Final Trench Patch – Ton (Bid Item B19) ........................................50 1-09.14(2)T Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 – Ton (Bid Item B20) ..................51 1-09.14(22)U Minor Changes – Estimate (Bid Item B21) .....................................................................51 1-10 TEMPORARY TRAFFIC CONTROL .............................................................................51 1-10.2 Traffic Control Management ...........................................................................................51 1-10.2(1) General ...........................................................................................................................51 SECTION 2-01 CLEARING GRUBBING, AND ROADSIDE CLEANUP ................................................53 2-01.1 Description ......................................................................................................................53 2-01.3 Construction Requirements ............................................................................................53 SECTION 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ...............................................53 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-iii September 2023 2-02.1 Description ......................................................................................................................53 2-02.3 Construction Requirements ............................................................................................53 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures ...............................54 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters .................................................54 2-02.3(4) Salvage ...........................................................................................................................56 2-02.4 Measurement..................................................................................................................56 2-02.5 Payment .........................................................................................................................56 SECTION 2-05 TREE, SOIL AND VEGETATION PROTECTION (NEW SECTION) .............................57 2-05.1 Description .....................................................................................................................57 2-05.1(1) References ....................................................................................................................57 2-05.1(2) Submittals ......................................................................................................................57 2-05.2 Materials ........................................................................................................................57 2-05.3 Construction Requirements ...........................................................................................57 2-05.3(1) Preconstruction Meeting and Crew Education ..............................................................58 2-05.3(2) Watering ........................................................................................................................58 2-05.3(3) Installation of Tree and Vegetation Protection ...............................................................58 2-05.3(4) Work within the Tree Fenced Area and Tree Protection Zone ......................................59 2-05.3(5) Maintenance of Trees and Fencing Protection ..............................................................60 2-05.3(6) Damages for Loss or Injury to Trees .............................................................................60 2-05.3(7) Removal of Tree Protection ...........................................................................................60 2-05.4 Measurement .................................................................................................................60 2-05.5 Payment .........................................................................................................................60 SECTION 2-09 STRUCTURE EXCAVATION ........................................................................................61 2-09.3 Construction Requirements ...........................................................................................61 2-09.3(1)C Removal of Unstable Base Material ..............................................................................61 2-09.4 Measurement .................................................................................................................61 2-09.5 Payment .........................................................................................................................61 SECTION 4-04 BALLAST AND CRUSHED SURFACING…………………………………………………61 SECTION 5-04 HOT MIX ASPHALT .....................................................................................................62 5-04 Hot Mix Asphalt ..............................................................................................................62 5-04.1 Description ...................................................................... Error! Bookmark not defined. 5-04.2 Materials ......................................................................... Error! Bookmark not defined. 5-04.2(1) How to Get an HMA Mix Design on the QPL .................................................................63 5-04.2(1)A Vacant ............................................................................................................................63 5-04.2(2) Mix Design – Obtaining Project Approval ......................................................................63 5-04.2(2)B Using Warm Mix Asphalt Processes ............................... Error! Bookmark not defined. 5-04.3 Construction Requirements ...........................................................................................65 5-04.3(1) Weather Limitations .......................................................................................................65 5-04.3(2) Paving Under Traffic ....................................................... Error! Bookmark not defined. 5-04.3(3) Equipment ......................................................................................................................65 5-04.3(3)A Mixing Plant ...................................................................................................................65 5-04.3(3)B Hauling Equipment ........................................................................................................67 5-04.3(3)C Pavers ............................................................................................................................67 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle ...................................................68 5-04.3(3)E Rollers ............................................................................................................................69 5-04.3(4) Preparation of Existing Paved Surfaces ........................................................................69 5-04.3(4)A Crack Sealing ................................................................................................................70 5-04.3(4)A1 General ..........................................................................................................................70 5-04.3(4)A2 Crack Sealing Areas Prior to Paving ..............................................................................71 5-04.3(4)A3 Crack Sealing Areas Not to be Paved ...........................................................................71 5-04.3(4)B Vacant ............................................................................................................................71 5-04.3(4)C Pavement Repair ...........................................................................................................71 5-04.3(5) Producing/Stockpiling Aggregates and RAP .................................................................72 5-04.3(5)A Vacant ............................................................................................................................72 5-04.3(6) Mixing ............................................................................................................................72 5-04.3(7) Spreading and Finishing ................................................................................................72 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-iv September 2023 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ...................................................73 5-04.3(9) HMA Mixture Acceptance ..............................................................................................73 5-04.3(9)A Vacant ............................................................................................................................74 5-04.3(9)B Vacant ............................................................................................................................74 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ............................................................74 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ....................................................75 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling...................................................................75 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ...............................................75 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors ............ Error! Bookmark not defined. 5-04.3(9)C5 Vacant ............................................................................................................................76 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments ..................................................76 5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests ..................................................................76 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation ..............................................................77 5-04.3(10) HMA Compaction Acceptance .......................................................................................77 5-04.3(10)A HMA Compaction – General Compaction Requirements ..............................................78 5-04.3(10)B HMA Compaction – Cyclic Density ................................................................................79 5-04.3(10)C Vacant ............................................................................................................................79 5-04.3(10)D HMA Nonstatistical Compaction ....................................................................................79 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots .....................................................79 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing ...............................79 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments ...................................................80 5-04.3(11) Reject Work ...................................................................................................................80 5-04.3(11)A Reject Work General .....................................................................................................80 5-04.3(11)B Rejection by Contractor .................................................................................................80 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) ......................................................80 5-04.3(11)D Rejection - A Partial Sublot ...........................................................................................81 5-04.3(11)E Rejection - An Entire Sublot ..........................................................................................81 5-04.3(11)F Rejection - A Lot in Progress .........................................................................................81 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) ........................................................81 5-04.3(12) Joints .............................................................................................................................81 5-04.3(12)A HMA Joints .....................................................................................................................81 5-04.3(12)A1 Transverse Joints...........................................................................................................81 5-04.3(12)A2 Longitudinal Joints .........................................................................................................82 5-04.3(12)B Bridge Paving Joint Seals ..............................................................................................82 5-04.3(12)B1 HMA Sawcut and Seal ...................................................................................................82 5-04.3(12)B2 Paved Panel Joint Seal ..................................................................................................82 5-04.3(13) Surface Smoothness .....................................................................................................82 5-04.3(14) Planing (Milling) Bituminous Pavement .........................................................................83 5-04.3(14)A Pre-Planing Metal Detection Check ...............................................................................84 5-04.3(14)B Paving and Planing Under Traffic ..................................................................................84 5-04.3(14)B1 General ..........................................................................................................................84 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan ..........................................................85 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing .............................................................................86 5-04.3(15) Sealing Pavement Surfaces ..........................................................................................87 5-04.3(16) HMA Road Approaches .................................................................................................87 5-04.4 Measurement .................................................................................................................88 5-04.5 Payment .........................................................................................................................88 SECTION 6-07 PAINTING ......................................................................................................................90 6-07.1 Description .....................................................................................................................90 6-07.2 Materials ........................................................................................................................90 6-07.2(1) Materials Luminaire Poles and Luminaires ...................................................................93 6-07.3 Construction Requirements ...........................................................................................93 6-07.3(1)C Quality Assurance ..........................................................................................................93 6-07.3(10)H Paint System ..................................................................................................................94 6-07.3(10)I Paint Color .....................................................................................................................95 6-07.3(14) Painting of Aluminum Surfaces ......................................................................................96 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-v September 2023 6-07.5 Payment .........................................................................................................................96 SECTION 7-01 DRAINS .........................................................................................................................97 7-01.1 Description .....................................................................................................................97 7-01.2 Materials ........................................................................................................................97 7-01.3 Construction Requirements ...........................................................................................97 7-01.5 Payment .........................................................................................................................97 SECTION 7-04 STORM SEWERS .........................................................................................................98 7-04.2 Materials ........................................................................................................................98 7-04.3(1) Cleaning and Testing .....................................................................................................98 7-04.4 Measurement .................................................................................................................98 7-04.5 Payment .........................................................................................................................98 SECTION 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS .......................................99 7-05.3 Construction Requirements ...........................................................................................99 7-05.5 Payment .........................................................................................................................99 SECTION 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ................................................100 7-08.3 Construction Requirements .........................................................................................100 7-08.3(1)A Trenches ......................................................................................................................100 7-08.3(1)C Bedding the Pipe .........................................................................................................100 7-08.3(1)D Pipe Foundation...........................................................................................................100 7-08.5 Payment .......................................................................................................................101 7-09 Pipe and Fittings For Water Mains ..............................................................................101 7-09.3(15) Laying of Pipe on Curves ............................................................................................101 7-09.3(15)A Ductile Iron Pipe ..........................................................................................................101 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ....................................................101 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement .........................101 7-09.3(19)A Connections .................................................................................................................102 7-09.3(19)A Connections to Existing Mains ....................................................................................102 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block .........................................................103 7-09.3(23) Hydrostatic Pressure Test ............................................................................................104 7-09.3(24)A Flushing and "Poly-pigging" .........................................................................................106 7-09.3(24)D Dry Calcium Hypochlorite ............................................................................................106 7-09.3(24)K Retention Period ..........................................................................................................107 7-09.3(24)N Final Flushing and Testing ...........................................................................................107 7-09.3(25) Joint Restraint Systems ...............................................................................................107 7-09.4 Measurement ...............................................................................................................109 7-09.5 Payment .......................................................................................................................109 7-12 Valves For Water Mains ............................................................................................... 110 7-12.3(1) Installation of Valve Marker Post ................................................................................. 110 7-12.3(2) Adjust Existing Valve Box to Grade ............................................................................. 110 7-12.4 Measurement ............................................................................................................... 111 7-12.5 Payment ....................................................................................................................... 111 7-14 Hydrants ...................................................................................................................... 111 7-14.3(1) Setting Hydrants .......................................................................................................... 111 7-14.3(3) Resetting Existing Hydrants ........................................................................................ 112 7-14.3(4) Moving Existing Hydrants ............................................................................................ 112 7-14.3(7) Remove and Salvage Hydrant ..................................................................................... 113 7-14.5 Payment ....................................................................................................................... 113 7-15 SERVICE CONECTIONS ............................................................................................ 113 7-15.3 Construction Requirements ......................................................................................... 113 7-15.5 Payment ....................................................................................................................... 114 SECTION 8-01 EROSION CONTROL & WATER POLLUTION PREVENTION……………………….115 SECTION 8-02 ROADSIDE RESTORATION .......................................................................................115 8-02.1 Description ................................................................................................................... 115 8-02.1(1) Submittals .................................................................................................................... 115 8-02.2 Materials ...................................................................................................................... 115 8-02.3(5)A Planting Area Preparation for Seeded Lawn Areas ..................................................... 116 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-vi September 2023 8-02.3(11)D Flexible Porous Surface Treatment ............................................................................. 117 8-02.5 Measurement ............................................................................................................... 117 8-02.5 Payment ....................................................................................................................... 117 SECTION 8-04 CURBS, GUTTERS, AND SPILLWAYS .....................................................................119 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways ........................................................ 119 SECTION 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ....................................................120 8-06.1 Description ...................................................................................................................120 8-06.2 Materials ......................................................................................................................120 8-06.3 Construction Requirements .........................................................................................120 8-06.4 Measurement ...............................................................................................................120 8-06.5 Payment .......................................................................................................................120 SECTION 8-14 CEMENT CONCRETE SIDEWALKS ..........................................................................121 8-14.1 Description ...................................................................................................................121 8-14.3 Construction Requirements .........................................................................................121 8-14.3(3) Placing and Finishing Concrete ...................................................................................121 8-14.3(4) Curing ..........................................................................................................................123 8-14.3(6) Adjust Utility to Finish Grade .......................................................................................123 8-14.4 Measurement ...............................................................................................................123 8-14.5 Payment .......................................................................................................................123 SECTION 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL ..................................................................................125 8-20.1 Description ..................................................................................................................125 8-20.1(1) Regulations and Code .................................................................................................125 8-20.1(3) Permitting and Inspection ............................................................................................126 8-20.1(5) Errors and Omissions ..................................................................................................126 8-20.2 Materials ......................................................................................................................126 8-20.2(2) Equipment List and Drawings ......................................................................................126 8-20.3 Construction Requirements .........................................................................................127 8-20.3(2) Excavation and Backfilling ...........................................................................................127 8-20.3(2)A Trench and Backfill ......................................................................................................128 8-20.3(3) Removing and Replacing Improvements.....................................................................129 8-20.3(4) Foundations .................................................................................................................130 8-20.3(5) Conduit ........................................................................................................................134 8.20.3(5)A General ........................................................................................................................134 8-20.3(5)A3 Damaged or Blocked Conduits ....................................................................................134 8-20.3(5)B Conduit Type ................................................................................................................135 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ............................................................135 8-20.3(8) Wiring ...........................................................................................................................136 8-20.3(9) Bonding, Grounding .....................................................................................................136 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets .............137 8-20.3(11) Testing..........................................................................................................................137 8-20.3(13) Illumination Systems ....................................................................................................137 8-20.3(13)A Light Standards ............................................................................................................137 8-20.3(15) Grout………………………………………………………………………………………….138 8-20.3(17) "As Built" Plans………………………………………………………………………………138 8-20.4 Measurement ...............................................................................................................139 8-20.5 Payment .......................................................................................................................140 SECTION 8-21 PERMANENT SIGNING……………………………………………………………………..125 SECTION 8-22 PAVEMENT MARKING……………………………………………………………………..125 8-22.1 Description ...................................................................................................................139 8-22.2 Materials……………………………………………………………………………………...140 8-22.3 Construction Requirements………………………………………………………………...140 8-22.3(5) Installation Instructions……………………………………………………......……………141 8-22.3(6) Removing Pavement Markings……………………………………………..……………..141 8-22.4 Measurement………………………………………………………………………………...141 8-22.5 Payment………………………………………………………………………………………141 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-vii September 2023 SECTION 8-30 SITE FURNISHINGS (New Section) ..........................................................................143 8-30.1 Description ...................................................................................................................143 8-30.2 Materials ......................................................................................................................143 8-30.3 Construction Requirements .........................................................................................143 8-30.4 Measurement ...............................................................................................................143 8-30.5 Payment .......................................................................................................................143 SECTION 9-29 ILLUMINATION, SIGNAL, ELECTRICAL ..................................................................144 9-29.1 Conduit, Innerduct, and Outerduct ..............................................................................144 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 29.2(1)A Standard Duty Junction Boxes ......................................................................................................................................144 9-29.6 Light and Signal Standards .........................................................................................144 9-29.6(1) Steel Light and Signal Standards ................................................................................144 9-29.6(1)A Decorative Luminaire Poles .........................................................................................144 9-29.10(2) Decorative Luminaires .................................................................................................145 (This Page Intentionally Left Blank) Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-1 September 2023 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, 2022 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) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, current edition • Revised Draft Guidelines for Accessible Public Rights-of-Way, November 23, 2005 (commonly referred to as the 2005 PROWAG) Contractor shall obtain copies of these publications, at Contractor’s own expense. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-2 September 2023 (This Page Intentionally Left Blank) Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-3 September 2023 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WDOT GSP) This Contract provides for the improvement of ** Burnett Ave S, from S 4th St to S 5th St to install new watermain, drainage improvements, illumination, curb and gutter, sidewalk, driveways, signage, restoration, and site furnishings ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-4 September 2023 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-5 September 2023 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 (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (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 will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 34") 1 Furnished only upon request. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-6 September 2023 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 1-02.5 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. 1-02.6 Preparation of Proposal (December 10, 2020 APWA GSP, Option B) 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). Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-7 September 2023 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. Add the following new section: 1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 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 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. 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: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-8 September 2023 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. 1-02.13 Irregular Proposals (December 30, 2022 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are in agreement with the bidder’s DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j. 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; k. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-9 September 2023 l. The Bidder fails to submit DBE Trucking Credit Forms (WSDOT Form 272-058), 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; m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. 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. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) 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. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) 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 business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. 1-02.15 Pre Award Information (December 30, 2022 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-10 September 2023 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (December 30, 2022 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-11 September 2023 a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 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 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1- 07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 2 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 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: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-12 September 2023 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 persons, 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; 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 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 (December 30, 2022 APWA GSP) Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (December 30, 2022 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, Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-13 September 2023 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. 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: Contractor Surveying - Roadway (August 7, 2017 WSDOT GSP) Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-14 September 2023 control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-15 September 2023 coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes 0.10 feet 0.10 feet Subgrade grade stakes set 0.04 feet below grade 0.01 feet 0.5 feet (parallel to alignment) 0.1 feet (normal to alignment) Stationing on roadway N/A 0.1 feet Alignment on roadway N/A 0.04 feet Surfacing grade stakes 0.01 feet 0.5 feet (parallel to alignment) 0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving 0.01 feet 0.2 feet (parallel to alignment) 0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-16 September 2023 "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. Section 1-05.4 is supplemented with the following: Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide “rights of entry” as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans “DO NOT DISTURB” shall be protected throughout the length of the project or be replaced at Contractors expense. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-17 September 2023 The Work described above under subsection Licensed Surveyors shall be incidental to the Bid Item “Roadway Surveying”. 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 corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-18 September 2023 to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons 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. 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 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-19 September 2023 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 manufacturer’s guaranties or warranties furnished under the terms 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 (March 13, 1995 WSDOT GSP) Section 1-05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: *** • Relocation of various franchise utility lines and/or structures • Adjustment to finished grade of various franchise utility surface structures • See also 1-07.17 herein for additional requirements *** Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-20 September 2023 1-05.15 Method of Serving Notices (December 30, 2022 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: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) 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: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-21 September 2023 • 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 ± .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: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • 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: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-22 September 2023 Record Drawings (Minimum Bid $ 2.500) 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 (April 3, 2017 WSDOT GSP) Section 1-06.1 is supplemented with the following: For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two material sources or manufacturers per material type at no cost. Additional material sources or manufacturers may be submitted for approval and will be processed at a cost of $125.00 per material source or manufacturer submitted by QPL submittal and $400.00 per material submitted by RAM. All costs for processing additional material sources or manufacturers will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-23 September 2023 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). 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, for all 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. (April 3, 2006 WSDOT GSP) Section 1-07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: *** Existing and new storm drainage structures that meet the requirements of WAC 296-809- 100.*** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractor’s Confined Space program shall be sent to the Contracting Agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-24 September 2023 the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency’s and Contractor’s workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) 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 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-25 September 2023 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). 1-07.7 Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995 WSDOT GSP) 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. 1-07.15 Temporary Water Pollution Prevention 1-07.16 Protection and Restoration of Property 1-07.16(1)C Private Property Section 1-07.16(1)C is supplemented with the following: (October 3, 2022) The Contractor shall not access the worksite from adjacent properties without permission from the Engineer. The Contractor shall submit a Type 2 Working Drawing to the Engineer in accordance with Section 1-05.3 prior to accessing the project site from adjacent properties. The Working Drawing shall include the methods, materials, equipment, and restoration measures used to access the worksite. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-26 September 2023 (April 2, 2007 WSDOT GSP) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: • Adjustment of gas valve boxes to be coordinated with Puget Sound Energy. • Removal and reinstallation of vault and adjustment of surface castings by Puget Sound Energy, Comcast, and/or their representatives. • Adjust utility vault frame and cover to finished grade. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies known or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor’s use: Puget Sound Energy (electric) Contact: Dustin Weller (206) 379-4347 Dustin.Weller@pse.com Puget Sound Energy (gas) Contact: Dustin Weller (206) 379-4347 Dustin.Weller@pse.com Comcast Cable Contact: Aaron Cantrel (253) 864-4281 Aaron_Cantrel@comcast.com CenturyLink Contact: Jesse Patjens (425) 429-5722 Jesse.Patjens@centurylink.com Contact: Paul Butler (206) 348-0058 Paul.Butler@centurylink.com Verizon (formerly MCI) Contact: John Bachelder john.bachelder@verizon.com Zayo Contact: Jason Accuardi (206) 456-2858 jason.accuardi@zayo.com Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-27 September 2023 Seattle Public Utilities (water) Contact: Paj Hwang (206) 386-4198 Paj.Hwang@Seattle.gov City of Renton - Surface Water Contact: Jared McDonald (425) 430-7293 JMcDonald@Rentonwa.gov City of Renton - Water Contact: Abdoul Gafour (425) 430-7210 AGafour@Rentonwa.gov City of Renton - Sewer Joe Stowell (425) 430-7212 JStowell@Rentonwa.gov 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-28 September 2023 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 ▪ the Contracting Agency’s construction administration and design consultants The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-29 September 2023 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 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-30 September 2023 $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)K Professional Liability (December 30, 2022 APWA GSP) 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 no later than the effective date of this Contract. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (January 2, 2012 WSDOT GSP) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-31 September 2023 During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP) Lane closures are subject to the following restrictions: ***The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations will be performed until the TCP is approved. The TCP submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. Lane closures will only be permitted as identified under ‘Special Conditions’ of this Section. 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-32 September 2023 3. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one‐half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners and/or residents shall be notified in writing at least 48 hours in advance of any planned driveway closures. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as noted herein or in the Plans. However, if the Contractor wants to propose alternate staging and detours, the Contractor shall prepare the appropriate Traffic Control Plans and Detour Routes to be reviewed and approved by the City. 8. Traffic Safety Drums with flashers in addition to temporary striping shall be used to channelize traffic through construction zones. Opposing lanes of traffic shall be separated by pylons when clearance for drums is not adequate. 9. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirements of Section 8‐23. 10. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Owner due to time constraints imposed by these requirements. Special Conditions Lane closures will be permitted on Burnett Avenue South as follows: 1) Removal of on-street parking for northbound traffic will be permitted only during working hours between S 4th and S 5th Streets. Additional Requirements Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-33 September 2023 • The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 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. Add the following new section: 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 between 7:00 a.m. and 6:00 p.m. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-34 September 2023 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 noon on the working day 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: 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. 3. 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. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (December 30, 2022 APWA GSP) Revise this section to read: The Contractor shall submit 5 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-35 September 2023 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. 1-08.5 Time for Completion Section 1-08.5 is supplemented with the following: (March 13, 1995 WSDOT GSP) This project shall be physically completed within *** 60 *** working days. (December 30, 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 all partial or whole days 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-36 September 2023 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. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8- 01.3(16). g. Property owner releases per Section 1-07.24 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, the contract time will be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-37 September 2023 *** Illumination Equipment *** Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (December 30, 2022 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 (December 30, 2022 APWA GSP) Revise the first paragraph to read: 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. 1-09.6 Force Account (December 30, 2022 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 the Engineer. 1-09.9 Payments (December 30, 2022 APWA GSP) Section 1-09.9 is revised to read: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-38 September 2023 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: 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 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-39 September 2023 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 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. 1-09.11(3) Time Limitation and Jurisdiction (December 30, 2022 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to all such claims or causes of action. It is further mutually agreed by the parties that when claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-40 September 2023 timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, 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. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in Schedule B – Water Improvements of this Project Proposal Section 1-09.14 is a new section: (******) 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 in clude all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-41 September 2023 therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in 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. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: (******) 1-09.14(2)A Mobilization & Demobilization (10% Maximum of Total Bid Pre-Tax)– Lump Sum (Bid Item B1) Measurement for Mobilization & Demobilization shall be lump sum. 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, pre-construction photographs, furnishing, erecting, maintaining and salvaging the project informational sign, and maintain the site and surrounding areas during construction, provide protection of existing utilities and survey monuments, , and move all personnel and equipment off the site after contract completion. Payment for Mobilization & Demobilization shall 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 2022 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 shall be full compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, safety plan, and other plans/submittals not specifically covered in bid items, etc. all in conformance with the Contract Documents unless otherwise paid for in separate bid items. This bid item may not be more than ten percent (10%) of the total amount of Bid. 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. 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 for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-42 September 2023 C. Temporary Erosion and Sediment Control (TESC) Plan for all stages of the project D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. E. Trench Excavation Safety Systems plan/provisions. F. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. G. Pedestrian Handling Plan. The Work Plan shall be submitted to the City for review and approval within 10 calendar days of the contract award. 1-09.14(2)B Trench Safety Systems – Lump Sum (Bid Item B2) Measurement for trench safety systems shall be per the lump sum bid price and based on a percentage defined as the amount of water pipelines installed divided by the total length of water pipe shown to be installed in conformance with the Contract Documents. Payment for trench excavation safety systems will be made at the measured percentage amount of water mains installed for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, preparing and submitting a shoring plan stamped by a professional engineer registered in the State of Washington by the preconstruction conference. 1-09.14(2)C Construction Surveying, Staking, and As-Built Drawings – Lump Sum (Bid Item B3) Measurement for Construction Surveying, Staking, and As-Built Drawings shall 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, staking and as-built information. Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards in Special Provision Section 1-11. The as-built survey will be per Special Provisions Section 1-11. The contractor shall provide the City with a set of redline drawings with the as-built locations and elevations of all new utilities and construction work. Payment for Construction Surveying, Staking, and As-Built Drawings shall be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide construction surveying and of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, and preparation of cut-sheets. Said payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide as-built surveying, preparing “red line” as-built drawings for pay estimate submittal with fittings and dimensions of existing and proposed facilities installed or encountered during the pay period, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor that contains the as-built information and copies of field notes, 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-43 September 2023 acceptance of the as-constructed information by the Engineer. 1-09.14(2)D Temporary Traffic Control – Lump Sum (Bid Item B4) Measurement for Temporary Traffic Control shall be per lump sum and based on the percentage of total work complete at the time of measurement in conformance with the Contract Documents. Payment for Temporary Traffic Control shall be made at the measured percentage amount for the pay period times the lump sum bid amount. Payment shall be full 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, Section 1-10.3(4), 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, traffic control devices, temporary striping, cleanup, etc. required to complete this item of Work in conformance with the Contract Documents and the Manual on Uniform Traffic Control Devices (MUTCD) 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, potholing, 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)E Erosion Control and Water Pollution Control – Lump Sum (Bid Item B5) Measurement for Erosion Control and Water Pollution Control shall be based on the lump sum bid price in conformance with the Contract Documents. The lump sum price for Erosion Control and Water Pollution Control shall be full pay for all labor, material, tools, equipment, and other incidental costs required to prepare the Stormwater Pollution Prevention Plan 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. Payment shall also include the following: • Applying for the Construction Stormwater General permit (CSWGP) or transferring ownership of the CSWGP from the City of Renton to the Contractor • Closing out the CSWGP and obtaining approval from the Department of Ecology on permit closure • All monitoring and reporting required for compliance with the CSWGP 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 se(Bid Item B1)wer. 1-09.14(2)F Site Specific Utility Potholing – Each (Bid Item B6) Measurement for performing Site Specific Utility Potholing will be per each for each location shown on the engineering drawings, or as directed by the Engineer. Work shall be performed in conformance with the Contract Documents (see Section 1-07.17(3) for Site Specific Utility Potholing). Site Specific Utility Potholing is limited to potholing as identified in the Plans or as directed by the Engineer, which is separate from and in addition to potholing included as incidental for utility installation. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-44 September 2023 Payment for Site Specific Utility Potholing shall be full compensation for all labor, tools, equipment, and materials required to complete the work in conformance with the Contract Documents including but not limited to the following: • Pavement and concrete sawcutting, excavation, dewatering, • Potholing for utility location, • Removal, hauling and disposal of all pavement, waste, and excess materials, • Relocating or coordinating relocation of the utility, • Placement of backfill (native) material, compaction, water, grading, temporary hot mix asphalt patch, and cleaning. Payment also includes all: • Temporary traffic control operations, utility one-call and, coordination with utility owner, • Temporary restoration work associated with potholing. Site Specific Utility Potholing is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. If no site specific utility potholing is performed under this bid item, final payment for this item will be $0 (zero). If the native material is unsuitable to use to refill the pothole, imported backfill shall be used. Imported backfill will be paid under a separate bid item. Permanent asphalt patch will be paid under a separate bid item. (Bid Item B1) 1-09.14(2)G Ductile Iron Class 52 12-inch Diameter Push-on Joint Water Pipe and Restrained-Joint Fittings and Polyethylene Encasement –– Linear Foot (Bid Item B7) Measurement for Ductile Iron Class 52 Push-on Joint Water Pipe and Restrained-Joint Fittings of the type and size specified shall be based on the actual lineal footage measured horizontally over the centerline of the installed pipe and fittings. Payment for 6-inch DI pipe for hydrant laterals up to 20 feet in length is included in the bid item for fire hydrant assembly. Payment for Ductile Iron Class 52 Push-on Joint Water Pipe and Restrained-Joint Fittings of the type and size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removing and disposing pavement, curbs, gutters, sidewalks, and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Removal and disposal of abandoned concrete storm pipe, • Utility or light pole holding in conformance with the requirements of the applicable utility including, if necessary, arranging for the utility to hold poles and paying the associated fees, • Furnishing, installing, laying and jointing push-on joint water pipes and restrained-joint fittings of the size, type and class as shown on the plans and as specified in Section 9- 30.2(6) of the contract special provisions, polyethylene encasement, special fittings including wedge type restrained-joint follower glands at all fittings with mechanical-joint end, tees, crosses, reducers, couplings, sleeves, horizontal and vertical bends, vertical crosses for poly-pigging stations • Deflecting the pipes and/or installing vertical bends as required to cross over or under buried utilities, Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-45 September 2023 • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials for ductile iron pipes and fittings, • Placing and compacting trench backfill, • Furnishing and installing polyethylene foam plank (Dow Plastics Ethafoam 200 or approved equal) where necessary at utility crossings, • Temporary thrust blockings, temporary air-vacuum release assemblies, temporary blow- offs, • Polypigging, pressure-testing, disinfecting and flushing of new piping, purity testing in accordance to the contract specifications, • Replacing, protecting, restoring and/or maintaining existing utilities, • Hand digging as required to complete construction and protect existing improvements (i.e.: rockeries, signs, mailboxes, decking, etc.) and utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)H 24”x12” Tapping Tee and Valve – Each (Bid Item B8) Measurement for furnishing and installing 24”x12” tapping tee and valve assembly will be per each in accordance with the Contract Documents. Payment for furnishing and installing 24”x12” tapping tee and valve assembly shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removing and disposing pavement, curbs, gutters, sidewalks, and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Furnishing and installing valves, wedge type restrained-joint follower glands for valves with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve marker posts, polyethylene encasement, and all incidentals, • Furnishing and installing one 24”x12” tapping tee and one 12” tapping gate valve, • Performing “hot-tapping” or “wet-tapping” of the existing 24” water main by a City- approved subcontractor (i.e. Speer Taps Inc. or Legacy Tapping Inc.) • Furnishing and placing crushed surfacing rocks for bedding materials, compacting bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)I Gate Valve Assembly, 12” – Each (Bid Item B9) Measurement for Gate Valve Assembly of the size specified will be per each for each type of valve installed in conformance with the Contract Documents. Hydrant auxiliary 6” gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. Payment for Gate Valve Assembly of the size specified shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities, water main and services and potholing in advance to determine their horizontal and vertical locations, Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-46 September 2023 • Sawcutting existing asphalt and concrete pavement up to approximately 12-inch thickness, sidewalk, curb, and gutter, • Removing and disposing pavement, curbs, gutters, sidewalks, and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Trench dewatering, including but not limited to sump pumps and hoses and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material, and existing pipes and appurtenances, • Furnishing and installing valves, wedge type restrained-joint follower glands for valves with mechanical joint end(s), valve boxes and covers to grade, stem extensions, valve marker posts, polyethylene encasement, and all incidentals, • Furnishing and placing crushed surfacing rocks for bedding materials, compacting bedding materials, • Placing and compacting trench backfill, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)J Fire Hydrant Assembly – Each (Bid Item B10) Measurement for Fire Hydrant Assembly on new water main will be per each for each fire hydrant assembly installed in conformance with the Contract Documents. Payment for Fire Hydrant Assembly on new water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and installing new fire hydrant assembly, main line tee and 6-inch gate valve, and 6-inch DI piping up to 20 feet per hydrant run, Storz adapter, blue pavement marker, • Furnishing and installing valve box, valve extension, • Furnishing and installing shackles, tie-rods, concrete blocking, and wedge-type mechanical joint restraints, drain rocks, polyfilm, • Adjust hydrant to finish grade and install concrete shear block and retaining wall as shown on the standard plans, • Placing and compacting trench backfill, • Testing, disinfecting, and flushing of new hydrants, • Replacing, protecting, and/or maintaining existing utilities, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching, • Painting the hydrants with two field coats as paint as specified in the Contract Documents • Moving, transplanting, potting, trimming, pruning shrubs and tree branches, and grading to create a clear-zone around the hydrant as specified in the Contract Documents. 1-09.14(2)K Connection to Existing Water Main –– Each (Bid Item B11) Measurement for Connection to Existing Water Main will be per each connection for completion in conformance with the Contract Documents. Connections to existing water mains associated with cut-in gate valves will be considered incidental to the cut-in gate valve bid item and will not be included in this measurement item. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-47 September 2023 Payment for connection to existing water main shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12” in depth, trench excavation, shoring, and dewatering (if needed), • Structure Excavation Class B • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the initial cut-in installation of valves, and fittings on the existing water main(s), • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)L 1.5-Inch Water Service Connection – Each (Bid Item B12) Measurement for 1.5-inch Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Payment for 1.5-inch Water Service Connection shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new 1.5” copper water service lines, • Furnishing and installing main line mechanical joint ductile iron tap-on-pipe reducing tee, 2” gate valve, 2”x1.5” brass coupling, laying and jointing the new 1.5” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials, • Placing and compacting trench backfill, • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, • Abandoning existing water service lines by cutting and crimping or capping, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-48 September 2023 1-09.14(2)M 1-Inch Water Service Connection – Each (Bid Item B13) Measurement for 1-inch Water Service Connection shall be per each for each water service connection installed in conformance with the Contract Documents. Payment for 1-inch Water Service Connection of the size specified shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Hole-hogging, boring, tunneling, mechanical, or hand trenching to install new water 1” copper water service lines, • Furnishing and installing new 1” ball valve corporation stops, direct tapping the main, laying and jointing the new 1” copper water service lines and fittings, new meter setter, new meter boxes and lids of the appropriate size and matching the Standard Plans as specified in the plans. • Furnishing, placing and compacting crushed surfacing rocks for bedding materials and for pipe zone materials, • Placing and compacting trench backfill, • Pressure testing, disinfecting and flushing the new service line, • Connecting the customer-side private service line to the new copper tailpiece behind the new meter setter and property lines, • Remove the existing water meter from the existing meter box and re-install the meter in the new meter setter and meter box, install brass reducing bushings for 3/4” x 5/8” meters, • Abandoning existing water service lines by cutting and crimping or capping, • Replacing, protecting, and/or maintaining existing utilities, • Restoration of public and private properties, • Replacing removed or damaged curb, gutter, and sidewalk, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)N Cut and Cap Existing Water Main – Each (Bid Item B14) Measurement for Cut and Cap Existing Water Main shall be per each performed in conformance with the Contract Documents. Payment for Cut and Cap Existing Water Main shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Sawcutting existing asphalt, sidewalk, curb, and gutter up to approximately 12” in depth, • Excavation, removal, haul, and disposal of waste materials including but not limited to pavement, curbs, gutters, thrust blocks, sidewalks, existing pipes and structures, surplus and unsuitable excavated material, capping abandoned pipes, • Trench dewatering and sedimentation tank mobilization, assembly, maintenance, relocation, and removal, excluding any asbestos cement pipe or fittings • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing all required pipes, air release valves, fittings, adapters, couplings, and incidentals as required for City’s water department’s personnel to perform the cut and cap, • Replacing, protecting and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt patching. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-49 September 2023 1-09.14(2)O Concrete for Thrust Blocking and Dead-Man Anchor Blocks –– Cubic Yard (Bid Item B15) Measurement for Concrete for Thrust Blocking, horizontal and vertical, Dead-Man Anchor Blocks shall be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in conformance with the Contract Documents. Payment for Concrete for Thrust Blocking and Dead-Man Anchor Blocks shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the Contract Documents and plans, and shall include but not be limited to the following: • Locating all existing utilities and potholing in advance to determine their horizontal and vertical location, • Saw cutting existing asphalt concrete pavement up to 12" in depth, trench excavation, shoring, and dewatering (if needed), • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable excavated material including existing pipes and structures in the excavation and the like, • Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles, concrete form work, • Placing and compacting trench backfill, • Replacing, protecting, and/or maintaining existing utilities, • Furnishing and placing temporary hot mix asphalt pavement patching. 1-09.14(2)P Removal and Replacement of Unsuitable Foundation Material – Ton (Bid Item B16) Measurement for Removal and Replacement of Unsuitable Foundation Material shall be measured in tons based on the placed weight of material installed in conformance with the Contract Documents. Placement of foundation material will be measured only for the area(s) authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Payment for Removal and Replacement of Unsuitable Foundation Material shall be made at the unit bid price, which will be complete compensation for all labor, materials, tools, equipment, excavation, foundation materials, haul, placement, water, compaction, removal haul and disposal of waste material, etc., required to complete this item of Work in conformance with the Contract Documents. Payment for this item will be only for the removal and replacement of unsuitable material requested by the City. Removal and Replacement of Unsuitable Foundation Material is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)Q Gravel Borrow for Trench Backfill –– Ton (Bid Item B17) Measurement for Gravel Borrow for Trench Backfill shall be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed 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. Payment for Gravel Borrow for Trench Backfill will be made at the amount bid per ton, which payment will be complete compensation for all labor, materials, tools, equipment, incidentals Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-50 September 2023 necessary to furnish and install select import backfill, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of Work in conformance with the Contract Documents. Recycled concrete aggregates and Recycled Materials shall not be used as bedding in the pipe zone or as trench backfill for water mains and related appurtenances. Gravel Borrow Trench Backfill is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)R Crushed Surfacing Top Course – Ton (Bid Item B18) Measurement for Crushed Surfacing Top Course shall be measured in tons based on the weight of material installed into the Work in conformance with the Contract Documents. Certified weight tickets will accompany each load, a copy of tickets will be given to the Engineer daily. Wasted materials will not be included in the measurement or payment. Only materials placed and compacted within the limits of the final pavement patch, sidewalk, driveway, curb, and gutter will be considered for payment. Material placed outside of the limits shown in the standard details and Contract Documents, within the backfill zone, around structures, or as approved by the Engineer will be paid for under other bid items. Payment for Crushed Surfacing Top Course shall be full compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and install crushed surfacing top course, hauling, placement, compaction, removal, haul and disposal of unsuitable excavated materials, waste and surplus materials, etc., required to install the crushed surfacing top course in conformance with the Contract Documents. Crushed Surfacing Base Course used for pipe bedding will not be paid under this bid item. Payment for Crushed Surfacing Base Course is included in the bid item for DI pipe installation. Crushed Surfacing Top Course is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(2)S Hot Mix Asphalt for Final Trench Patch – Ton (Bid Item B19) Measurement for Hot Mix Asphalt for Final Trench Patch shall be measured in tons based on the weight of material installed for final trench patch and curb ramp pavement patch in conformance with the Contract Documents, unless otherwise approved by the Engineer. Wasted materials and temporary patch materials will not be included in the measurement or payment. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Hot Mix Asphalt for Final Trench Patch shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Furnishing, placing, and compacting hot mix asphalt materials for final pavement patch • Sealing all cold joints • Tack coat • Joint seal • Asphalt Sidewalk Transitions • Hauling • Aggregate • Sweeping • Adjustment of utilities to grade • Temporary pavement markings • Cleanup • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. Hot Mix Asphalt for Final Trench Patch is exempt from Section 1-04.6 and no price Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-51 September 2023 adjustment will be made for variation in actual quantity used. 1-09.14(2)T Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 – Ton (Bid Item B20) Measurement for Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 shall be measured in tons based on the weight of material installed for final overlay in conformance with the Contract Documents, unless otherwise approved by the Engineer. Wasted materials will not be included in the measurement or payment. Only materials placed within the limits shown on the plans will be considered for payment. Material placed outside of the limits shown on the plans or as approved by the Engineer will be deducted from the certified tickets. Payment for Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 shall be full compensation for all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans, and shall include but not be limited to the following: • Removal and disposal of existing pavement • Milling, grinding, planing, chipping, jackhammering and/or sawcutting 2” in depth to prepare the asphalt surface for overlay • Furnishing, placing, and compacting hot mix asphalt materials for final overlay • Sealing all cold joints • Tack coat • Joint seal • Asphalt Sidewalk Transitions • Hauling • Aggregate • Sweeping • Adjustment of utilities to grade • Temporary pavement markings • Cleanup • All other incidentals necessary to complete paving and restore the roadway grade to existing elevations. Hot Mix Asphalt Overlay HMA Cl. ½-inch PG 58H-22 is exempt from Section 1-04.6 and no price adjustment will be made for variation in actual quantity used. 1-09.14(22)U Minor Changes – Estimate (Bid Item B21) 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). 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2 is supplemented with the following: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-52 September 2023 (November 2, 2022 WSDOT GSP) Work Zone Safety Contingency Enhancements to improve the effectiveness of the accepted traffic control plans to increase the safety of the work zones shall be discussed on a weekly basis between the Contractor and the Contracting Agency. Enhancements shall be mutually agreed upon by the Contractor and Engineer prior to performing any Work to implement the enhancement. Enhancements do not include the use of Uniformed Police Officers or WSP, address changes to the allowed work hour restrictions, or changes to the staging plans in the Contract (if applicable). If allowed by the Engineer, these items will be addressed in accordance with Section 1-04.4. The Contractor shall be solely responsible for submitting any traffic control plan revision to implement the enhancement in accordance with Section 1-10.2(2). Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-53 September 2023 DIVISION 2 EARTHWORK SECTION 2-01 CLEARING GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description This section is supplemented with the following: The Contractor’s attention is directed to Section 2-05 Tree Protection as it relates to the Work of this section. 2-01.3 Construction Requirements This section is supplemented with the following: No Work shall proceed under Section 2-01.3 until tree protection areas are protected as described in SECTION 2-05 TREE PROTECTION and shown in the Plans. SECTION 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description This section is supplemented with the following: This work shall also consist of salvaging and reinstalling an existing fence. 2-02.3 Construction Requirements This section is supplemented with the following: The following items to be removed, abandon, and salvaged shall be included in the bid item “Removal of Structures and Obstructions”: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-54 September 2023 Item Action Approx. Location Approx. Qty. Post and Foundation for Sign Remove See Site Preparation and TESC Plan 1 EA Sign on Post or Existing Light Pole Remove and Reinstall See Site Preparation and TESC Plan and Paving and Grading Plan 9 EA Street light (luminaire) Salvage See Lighting Plan 4 EA Cement Concrete Sidewalk and Driveway Remove See Site Preparation and TESC Plan 380 SY Cement Concrete Curb and Gutter Remove See Site Preparation and TESC Plan 480 LF Asphalt Concrete Pavement Remove See Site Preparation and TESC Plan 1,060 SY Water valve Abandon See Sheet C3.1 6 EA Drainage Structure Remove See Sheet C3.1 1 EA Plug existing storm drain Abandon See Sheet C3.1 1 EA 2-02.3(2) Removal of Bridges, Box Culverts, and other Drainage Structures This section is supplemented with the following: Where shown in the Plans the Contractor shall remove existing storm sewer pipe and catch basins. Voids left by the removal shall be backfilled with a granular material and compacted in accordance with Section 2-03.3(14)C. At existing structures to remain the Contractor shall plug and abandon the existing pipe with commercial concrete in accordance with Section 7-08.3(4). Voids left by Structure and pipe removal shall be backfilled and compacted in accordance with Section 2-03.3(14)C. All materials removed shall become the property of the Contractor and shall be disposed of outside the project limits. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters This section is supplemented with the following: The Contractor shall remove existing asphalt concrete pavement, cement concrete pavement (driveways), curb and gutter, sidewalk as shown on the Plans and approved by the Engineer. Removal shall include excavation of the underlying soil as required to achieve the subgrade elevations shown on the Plans except as noted. Existing roadside elements to remain that are damaged shall be replaced by the Contractor to City of Renton standards and at the Contractor’s own expense. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-55 September 2023 Where shown on drawings, curb and gutter removal shall be per City of Renton Standard Plan 103. Where curb and gutter removal is not per City of Renton Standard Plan 103 (Station 0+50 to 0+61), prior to the removal of the curb and gutter the Contractor shall make a vertical full depth saw cut between the interface of the asphalt pavement and curb and gutter to reduce the potential for damage to existing asphalt pavement during curb removal. Following careful removal of the curb and gutter the Engineer will inspect the existing pavement edge to remain prior to re-pouring of curb. Any damage to existing pavement to remain that is damaged during the removal of curb and gutter will be replaced at no expense to the Contracting Agency. Re-pouring for the new concrete traffic curb and gutter must take place within 24 hours following the removal of the existing curb and gutter. At locations marked by the Engineer, transitions to existing asphalt or cement concrete driveways, curb and gutter, and walkways shall be vertically saw cut full depth with straight uniform edges. The Contractor shall be responsible for ensuring that special precautions are undertaken so that no concrete or concrete by-products, or products and by-products used in the saw cut of asphalt or concrete, are discharged into any storm drain or surface water system. In accordance with Section 1-07.5(3), wastewater from Portland Cement Concrete, masonry, and asphalt concrete cutting operations shall not be discharged to storm drainage systems or surface waters. Cutting operations increase the pH of wastewater, therefore, filtering prior to discharge is not acceptable. To thoroughly clean saw cuts where necessary, the Contractor shall use high pressure water (high pressure water is considered greater than 1400 p.s.i.). All wastewater shall be collected using a wet-dry vacuum or pumped into drums for disposal. Impervious surfaces contaminated with sediment and grit from sawcutting, planning, or pulverizing operations shall be cleaned by sweepers to prevent contaminants from entering the storm drainage system or surface waters when it rains. Flushing saw cuts with high-pressure water and collection and disposal of wasted water with vacuum system, and pollution control shall be included in the unit contract price for associated removal bid items, which require sawcutting. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-56 September 2023 Add New Section 2-02.3(4) as follows: 2-02.3(4) Salvage Salvage existing fence panels as noted in the Plans. The fence panels identified for salvage on the Plans shall be carefully removed. Contractor shall submit to the Engineer for approval of a work plan identifying procedures for performing the work and protecting the elements to remain. Work plan shall identify procedures for providing protective measures for the duration of construction. Existing fence panel elements to remain that are damaged shall be replaced by the Contractor at the Contractor's own expense. Contractor shall store fence panels to be salvaged until fence panels can be reinstalled as shown on the Plans. When salvageable material is to remain Contracting Agency property the Contractor shall remove it and coordinate with the Engineer to delivery the salvaged item. 2-02.4 Measurement This section is supplemented with the following: No specific unit of measurement shall be applied to the lump sum bid item “Removal of Structures and Obstructions”. No measurement for payment shall be made for saw cutting of any kind. Saw cutting shall be incidental to the Removal of Structures and Obstructions. Salvage and Reinstall Existing Fence Panels will be measured by lump sum. Removal, protective measures, and reinstallation will not be measured separately. 2-02.5 Payment This section is supplemented with the following: The lump sum contract price for “Removal of Structure and Obstruction” includes all items noted for removal, abandonment, or relocation to which other specific Bid items do not apply including, but not limited to, the items shown on the Plans and specified herein. The lump sum contract price for “Removal of Structure and Obstruction” shall be full compensation for furnishing all Work to: • Satisfactorily remove and dispose of the items specified, backfill, and compact the resulting void. • Satisfactorily abandon the items specified by the Plans or Specifications. • Satisfactorily salvage the items specified for re-use or to be returned to the property owner or the City. “Salvage and Reinstall Existing Fence Panels” per lump sum. The lump sum contract price for “Salvage and Reinstall Existing Fence Panels” shall be full payment for all costs incurred for the Work required to coordinate, remove, store, protect, and reinstall fence panels designated in the Plans including preparing and submitting of an approved work plan for items to be salvaged. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-57 September 2023 The following is added as Section 2-05. SECTION 2-05 TREE, SOIL AND VEGETATION PROTECTION (NEW SECTION) 2-05.1 Description This Work includes without limitation the installation of tree and vegetation protection fencing and the protection of tree roots and limbs within the Tree Protection Zone as indicated in the Plans. Work includes the continual maintenance of fencing through the duration of project, the identification of branches and major limbs of existing trees that need to be pruned for construction clearance and/or other reason, the pruning, cabling and maintenance of trees to remain, root protection, root pruning, and the watering, mulching, and fertilizing of trees. Tree Protection Zone is a polygon area which has a perimeter which is equal to the approximate tree dripline as shown in the Plans; “Drip line” means the line on the ground of points projected vertically from the ends of farthest branches of the tree. 2-05.1(1) References ANSI A300 (PART 1) Tree Pruning ANSI A300 (PART 2) Tree Fertilization ANSI A300 (PART 3) Tree Support Systems 2-05.1(2) Submittals Contractor shall submit a Tree and Vegetation Protection Plan a minimum of two weeks from execution of the contract which shall document Contractor’s approach to Work within the Tree Protection Zone of every preserved tree. Plan shall include tree protection fencing, pruning, grading and a description of the watering procedures. Plan shall also include protection of trees against cutting, breaking or skinning of roots, skinning or bruising of bark, compaction of root zones, breaking of branches, deleterious materials, desiccation, and under or over watering. 2-05.2 Materials Temporary Tree and Vegetation Protection Fencing shall be high visibility orange fence and conform to the requirements of Standard Specification Section 9-14.6(8) and the Plans. Tree Protection Mulch shall be Wood Chip Mulch per WSDOT 9-14.5(3). 2-05.3 Construction Requirements Contractor shall identify any discrepancies between site conditions and Plans with Engineer. Coordinate a review of the protected trees and vegetation by the Contractor and Engineer prior to beginning Work. Trees and vegetation shall be surrounded by fencing in accordance with the Plans prior to any clearing and demolition activities. Contractor shall obtain approval and follow the approved Tree and Vegetation Protection Plan and shall continuously protect trees and vegetation designated to be saved within the project area until project completion. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-58 September 2023 Coordination with the Site Preparation and Temporary Erosion and Sedimentation Control (TESC) Plan. Ensure that there is positive drainage of adjacent surface water runoff from the Tree Protection Zone of protected trees at all times. 2-05.3(1) Preconstruction Meeting and Crew Education Contractor shall hold a pre-construction meeting and schedule a walk through a minimum of 5 working days before Work begins which addresses project requirements for tree and vegetation protection, pruning, care, maintenance and removal. Attendees will include the Contractor, Engineer, and the City’s arborist. Failure to comply will result in a Stop Work Order. 2-05.3(2) Watering Contractor shall water all preserved trees a minimum amount equal to one inch over the entire Tree Protection Zone once per week from May through September. The required amount of water may increase where significant portions of the Tree Protection Zone are disturbed by the Work as determined by the Engineer. Contractor shall ensure that water bags, water barrels or any water-holding tanks that are used to water trees are sufficiently above grade of preserved trees for adequate gravity flow of water dispersion system. The water dispersion system shall cover entire Tree Protection Zone for complete saturation. Failure to comply with timely and adequate watering will result in a Stop Work Order. 2-05.3(3) Installation of Tree and Vegetation Protection The following procedures shall be followed for the installation of Tree Protection. Installation of Tree Protection Mulch: 1. Place 6 inches of Mulch within the Tree Protection Zone. 2. Do not place mulch within two feet of tree trunk flare. 3. Do not bury or remove grass or ground cover within Tree Protection Zone without written approval from the Engineer. Tree Protection: 1. Place Tree and Vegetation Fence. 2. Hand remove grass/ground cover as noted on Plans within the Tree Protection Zone to minimize disturbance. Tree Protection Fence Location: 1. Place tree protection fence as shown in the Plans. 2. Do not move tree and vegetation protection fence and/or relocate without the acceptance of the Engineer. Notify Engineer two working days in advance of the anticipated need to move a tree and vegetation protection fence. Stake new or adjusted fence location for review and acceptance by the Engineer prior to the modification or relocation of the fencing. Restore fence and mulch immediately upon completion of use of the area within protective fence. Installation or Modification of Tree Protection Fencing: 1. Do not use heavy equipment for this operation. 2. Place tree protection fencing to form a continuous, secured enclosure encompassing each protected area’s established limits. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-59 September 2023 3. Provide one access point for each tree to allow for opening of fence for Tree Protection Zone maintenance and watering. 2-05.3(4) Work within the Tree Fenced Area and Tree Protection Zone Secure written acceptance from Engineer for Work within trees and vegetation protection areas. If Work is authorized by the Engineer and conducted within a Tree Fenced Area immediately restore fencing and mulch to maintain six-inch depth in order to minimize soil compaction and damage to roots. Do not store materials within the Tree Protection Zone. Hardscape and other debris shall be removed from the Tree Protection Zone within 15 days of the beginning of Work, so that mulching and watering begins as soon as possible. Work within the Tree Protection Zone shall comply with the following: 1. Contractor shall provide a description of Work required within Tree Protection Zone and method of minimizing tree/root damage to Engineer for acceptance before proceeding. 2. Plan and execute operations carefully so as to avoid damage to trees and vegetation including: a. Demolition and hand removal of concrete slab in small (maximum 2’ x 2’ pieces) to prevent tearing of root system 3. Contractor shall not operate heavy equipment within the Tree Protection Zone of the existing or newly exposed surface roots. Perform any heavy equipment Work from angles and directions outside the Tree Protection Zone that minimize compaction to tree roots. Tie back all flexible limbs and overhead branches which may, in the opinion of the Engineer, be damaged by the passage or activity of construction vehicles and/or equipment. Do not remove tree limbs without the approval of the Engineer. 4. Root Protection: a. If roots are exposed during operations, coordinate with the Engineer to cut off roots cleanly with appropriate tool when roots are exposed due to approved construction activities. Eliminate all tears and breaks in root surfaces. During the time of root exposure, keep roots moist with wet mulch, burlap or equivalent. b. If roots less than one-inch in diameter are found, cut edges can be completed by hand methods with a sharp shovel, pruning saw and/or loppers. c. If roots larger than one-inch in diameter or numerous roots are discovered, use a concrete saw or cutoff saw with a 14-inch diamond edge blade to cut the roots before excavation begins to avoid ripping up roots within the Tree Protection Zone. d. All approved root pruning shall be done in accordance with ANSI A300 (Part 8) Root Management Standard. 5. Control soil moisture within the protected area and protect root areas from runoff from contaminants detrimental to tree health. 6. Do not store any materials within the tree and vegetation protection areas and within 5 feet of the Tree Protection Zone. 7. If protection fencing is approved for temporary removal and/or relocation, replace fencing to the original limits within 24 hours of completion of said activities. Secure approval of restored fence layout and protective mulch by Engineer. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-60 September 2023 2-05.3(5) Maintenance of Trees and Fencing Protection Contractor shall continuously maintain all Tree and Vegetation Protection in specified locations and in good condition until Engineer authorizes removal. Contractor shall ensure that all trees and vegetation to be preserved shall be in as good condition at completion of the Work as at commencement of the Work. If such a condition does not exist during completion of the Work, Contractor shall provide corrective actions, including replacement with new materials as designated by the Engineer. Contractor is also responsible for protection and maintenance of newly installed trees. Work shall include the following without limitation: 1. All approved pruning shall be done in accordance with ANSI A300 (Part 1) Tree Pruning. 2. Tree protection fencing shall be immediately repaired when damaged, regardless of cause of damage. 3. Submit a completed watering schedule to Engineer weekly. Water trees according to approved watering schedule. 4. Maintain mulch within the disturbed area of the Tree Protection Zone. Maintain existing grass and landscaping to remain. 2-05.3(6) Damages for Loss or Injury to Trees Contractor shall replace at Engineer’s direction, any tree lost or, in the opinion of the Engineer, irreparably damaged as a result of the failure to protect or to adequately maintain existing trees. Trees that fail to foliate fully in the spring following completion of construction operations may be presumed to have been lost due to construction operations. Contractor shall remove and dispose completely of any tree killed or irreparably damaged as a result of failure to protect or maintain trees to remain. Contractor shall restore all structures, utilities, pavements and landscape areas damaged due to tree removal operations to original site conditions and to the satisfaction of the Engineer. 2-05.3(7) Removal of Tree Protection Obtain Engineer acceptance prior to the removal of the tree and vegetation protection fencing and mulch. 2-05.4 Measurement No specific unit of measurement shall apply to the lump sum item of tree and vegetation protection. 2-05.5 Payment Payment will be made in accordance with Section 1-04.1, for the following Bid item: “Tree and Vegetation Protection”, lump sum. The unit Contract price per lump sum for “Tree and Vegetation Protection” shall be full payment for all of the Work described in this section. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-61 September 2023 SECTION 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements This section is supplemented with the following: Where groundwater is encountered in excavations, dewatering shall take place as outlined in Section 7-09.3(7)A “Dewatering of Trench”. Discharge of pumped water shall conform to Section 8-01.3(1)C “Water Management”. 2-09.3(1)C Removal of Unstable Base Material Add the following before the first paragraph of Section 2-09.3(1)C: When excavating for storm sewer structures and conveyance pipe, Contractor shall excavate, stockpile, haul, dispose of, and backfill in accordance with Sections 7-04, 7-08 and 7-17. 2-09.4 Measurement This section is supplemented with the following: No measurement will be made for dewatering, haul and disposal of waste materials, backfill, conditioning, placement, and compaction, or other related work elements/activities for which a specific pay item is not listed. 2-09.5 Payment This section is supplemented with the following: "Shoring or Extra Excavation Class B”, per lump sum. The unit Contract price per lump sum shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the Structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor’s expense. All costs associated with trench dewatering and structure excavation dewatering Work are incidental to and included in the applicable Bid Item prices and no separate or additional payment will be made. DIVISION 4 BASES SECTION 4-04 BALLAST AND CRUSHED SURFACING Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-62 September 2023 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS SECTION 5-04 HOT MIX ASPHALT 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-63 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-64 September 2023 • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall: • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324 or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-65 September 2023 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to .20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed, and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-66 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-67 September 2023 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, 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-68 September 2023 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-69 September 2023 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 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-70 September 2023 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one-part water to one-part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-71 September 2023 time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-72 September 2023 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. 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: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-73 September 2023 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. 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-74 September 2023 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 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-75 September 2023 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-76 September 2023 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 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 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-77 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-78 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-79 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-80 September 2023 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 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-81 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-82 September 2023 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-83 September 2023 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5- 04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre-planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-84 September 2023 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. 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). Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-85 September 2023 b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8- 23. 3. Permanent pavement marking must comply with Section 8-22. 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: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-86 September 2023 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. 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-87 September 2023 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. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-88 September 2023 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, 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. Water will be measured by the M 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. ___ PG ___”, 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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-89 September 2023 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. “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. “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. “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). “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 Work associated with the coring (e.g., traffic control) shall be incidental and included in the unit Bid price per each. “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. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-90 September 2023 DIVISION 6 STRUCTURES SECTION 6-07 PAINTING 6-07.1 Description This section is supplemented with the following: This work shall consist of painting systems and colors for metal illumination elements as shown on the Plans and described in the Special Provisions. 6-07.2 Materials This section is supplemented with the following: Paint materials shall comply with the requirements in Section 9-08 unless described in this section. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Metal coupon samples shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the following table for the following items: Paint Color / Paint System Table Specification Section Item Paint Color Paint System 9-29.6(1)A Decorative Luminaire Poles RAL 9005TX “Jet Black” Per Section 6-07.2(1) of these Special Provisions Galvanizing: All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. Paint materials shall comply with the requirements in Section 9-08 unless described in this section. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-91 September 2023 Powder Coating Paint System: The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins, and pigments in accordance with requirements of AAMA 605.2., and shall have the following characteristics: Glossy Surface Semi-Gloss Surface Mat Surface Thickness 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 Gloss (1) 80-90 55-70 15-25 Cross Hatch Adhesion (2) Pass 100% Pass 100% Pass 100% Mandrel Bending (3) 1/8"/3 mm 5/32"/4 mm 3/16"/5 mm Erichsen Cupping ISO 1520 5/16"/8 mm 1/4"/7 mm 3/16"/5 mm Impression Hardness (4) 95 95 95 Impact Test (5) Up to 160"/lb Up to 160"/lb Up to 160"/lb Pencil Hardness (6) 2H (min.) 2H (min.) 2H (min.) Dry Mill Test OK OK OK Salt Spray Test (7) 1500 h test, max. undercut 1/16"/1 mm 1500 h test, max. undercut 1/16"/1 mm 1500 h test, max. undercut 1/16"/1 mm Humidity Resistance (8) 1500 h test, min. blisters 1/16"/1 mm 1500 h test, min. blisters 1/16"/1 mm 1500 h test, min. blisters 1/16"/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D 523. (2) Cross Hatch Adhesion, ASTM D 3359, Method B. (3) Mandrel Bending Test, ASTM D 522. (4) Impression hardness, ASTM B 3363. (5) Impact Test, ASTM D 2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B 3363. (7) Salt spray Resistance Test, ASTM B 117. (8) Humidity Resistance Test, ASTM D 2247. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-92 September 2023 Steel Surface Preparation: Shop sandblast using SSPC-SP6 Commercial Blast, using non- metallic abrasive. Prime Coat: Advance two-component, moisture-cured, zinc-rich primer providing extraordinary performance. Is rapid curing so chemical- and corrosion-resistant topcoats can be applied the “same-day.” Also can be used for field touch-up of inorganic zinc coating. Applied at 2.5 - 3.5 mils DFT (falls under the CARB Metallic pigmented category) Intermediate: Polyamide Epoxy at 4.0 - 6.0 mils DFT (less than 100 grams/Liter VOC), meet performance requirements of AWWA C 210. Low VOC, excellent resistance to abrasion and suitable for chemical contact exposure. Finish: Advanced Thermoset Solution Fluoropolymer, high-solids fluoropolymer coating that provides an ultra-durable finish with user friendly brush. Outstanding color and gloss retention even in most severe exposures. Semi-gloss finish. Galvanized & Aluminum Metals Surface Preparation: Abrade 100% of area using a metal finishing pad designed for removing light rust and for cleaning and brightening metal to degloss and create profile. Prime Coat: Polyamide epoxy shall be a versatile low-temperature coating ideally suited for steel fabrication and OEM applications, widely used as a field tiecoat, provides fast curing, rapid handling capabilities and conforms with air pollution regulations limiting Volatile Organic Compounds (VOC) to a maximum of 340 grams/liter (2.8 lbs/gal). Applied at 3.0 mils DFT. Finish: An Acrylic Polyurethane finish coat that contains sparkle aluminum pigment creating a metallic finish. Highly durable coating, resistant to abrasion, wet conditions and exterior weathering. High performance finish shall contain UV absorbers for extended color and gloss retention. Semi-gloss finish. Applied at 2.0 mills DFT. Quality Assurance Materials specified are those that have been evaluated for the specific service. The paint and paint products used for this project shall be approved by Engineer. Requirements for an Approved Equal: Bidder shall provide to the Owner in writing a detailed side-by-side comparison of the proposed equal Products Characteristics, Performance Characteristics, and Application Conditions for each coating specified in this specification. For consideration for approval this written comparison shall be certified and notarized by an officer of the proposed manufacturer as true and correct. For Products Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Volume Solids, Weight Solids, VOC, Mix Ratio, Zinc Content in Dry Film (by Weight), Spreading Rate per coat, Drying Schedule, Shelf Life and Flash Point. For Performance Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Abrasion Resistance, Tensile Strength, Humidity, Graffiti Resistance, Adhesion, Salt Fog Resistance and Slip Coefficient. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Appropriate metal coupon samples (steel and aluminum) shall be three (3) Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-93 September 2023 inches by five (5) inches. Paint colors and paint systems shall be as shown in the Paint Color/Paint System Table for the various items as included in this Section. Add new Section 6-07.2(1): 6-07.2(1) Materials Luminaire Poles and Luminaires The Contractor shall provide a swatch paint sample from the pole manufacturer for use as a color match for the Engineer’s approval prior to factory finish coating. Contractor shall also provide two gallons of touch-up paint to the City. Painting plan submittals shall be per Standard Specifications Section 6-07 Painting. Steel Poles and Steel Sub-Assemblies Paint Specifications: Steel poles and sub-assemblies shall be factory galvanized, primed and finished with polyester powder coating per Section 6-07 and Section 9-08 of the Standard Specifications. Additional anti-graffiti coating shall be applied to poles and bases (minimum 14 feet in height). Anti-graffiti coating shall be Amershield TVOC anti-graffiti, tinted bronze and the Contractor shall demonstrate the cleaning procedure to the City Maintenance Department Representative Aluminum Poles, Aluminum Sub-Assemblies, Aluminum Luminaire Housings and Aluminum Cabinets Paint Specifications: Aluminum poles, luminaires, terminal cabinets and other aluminum components shall be factory primed and painted with polyester powder coating to recommended industry standards and shall meet AAMA 2604 performance requirements and test procedures. Additional anti-graffiti coating shall be applied to all poles and bases (minimum 14 feet in height). Anti-graffiti coating shall be Amershield TVOC anti-graffiti, tinted bronze and the Contractor shall demonstrate the cleaning procedure to the City Maintenance Department Representative. 6-07.3 Construction Requirements Section 6-07.3 is supplemented with the following: The Contractor shall submit three (3) samples of each custom color, textures, and gloss for Engineer’s approval. Metal coupon samples shall be three (3) inches by five (5) inches. Add New Section 6-07.3(1)C: 6-07.3(1)C Quality Assurance Single Source Responsibility: Provide primer and intermediate coating materials produced by the same manufacturer as the finish coating for each coating system. The selection of a manufacturer for a particular coating system shall be consistent for applications of that coating system. Use thinners of types recommended by each coating manufacturer, and use only with recommended limits. Coating material manufacturers shall have been regularly engaged in the ongoing manufacture and sale of similar materials for a minimum of 10 years. Material Quality: Provide the best quality and grade of coatings as manufactured by acceptable coating manufacturers. Materials not displaying manufacturer's identification Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-94 September 2023 or not matching the requirements of this specification will not be acceptable and shall be immediately removed from the application site. Materials specified are those that have been evaluated for the specific service. The paint and paint products used for this project shall be approved by Engineer. Applicator Qualifications: Coatings shall be applied by qualified coating applicator(s) as appropriate for each coating system scheduled and acceptable to the Resident Engineer. Applicators shall have experience in the surface preparation for and application of similar coatings on projects similar in extent to this Contract. Requirements for an Approved Equal: Bidder shall provide to the Owner in writing a detailed side-by-side comparison of the proposed equal Products Characteristics, Performance Characteristics, and Application Conditions for each coating specified in this specification. For consideration for approval this written comparison shall be certified and notarized by an officer of the proposed manufacturer as true and correct. For Products Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Volume Solids, Weight Solids, VOC, Mix Ratio, Zinc Content in Dry Film (by Weight), Spreading Rate per coat, Drying Schedule, Shelf Life and Flash Point. For Performance Characteristics this detailed side-by-side comparison shall include for example, but not limited to, Abrasion Resistance, Tensile Strength, Humidity, Graffiti Resistance, Adhesion, Salt Fog Resistance and Slip Coefficient. 6-07.3(10)H Paint System Section 6-07.3(10)H is revised to read: The paint system applied to new steel surfaces shall consist of the following five-coat system: Primer Stripe Coat: Section 9-08.1(2)F Primer Coat: Section 9-08.1(2)F Intermediate Stripe Coat: Section 9-08.1(2)G Intermediate Coat: Section 9-08.1(2)G Top Coat: Section 9-08.1(2)H Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-95 September 2023 The powder coat system shall be factory primed and powder coat to a minimum of 3.0- mils in accordance to the manufacturer’s recommendation and shall meet the following performance requirements when performed at a minimum film thickness of 3.0 mils: Property Specification Performance Requirement Salt Spray Resistance ASTM B117 Minimum required by the Specification Humidity Resistance ASTM D2247 Minimum required by the Specification Weatherability ASTM 336 Minimum required by the Specification Chemical and Solvent Resistance - Polyester family of powder coatings shall have a good resistance to most chemicals and solvents except alkalis and ketones. Verification should be made for each chemical or solvent proposed for use with the coating. The paint system shall be approved for exterior application and UV-resistant. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place at least fifteen (15) days, and within thirty (30) days of Substantial Completion, check all powder coated surfaces for damage, missed areas and discoloration. 6-07.3(10)I Paint Color This section is supplemented with the following: The top coat shall be a minimum of 3.0-mils of clear semi-gloss anti-graffiti coating. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place at least fifteen (15) days, and within thirty (30) days of Substantial Completion, check all powder coated surfaces for damage, missed areas and discoloration. Prepare surfaces and touch-up damaged, missed and discolored areas to bring coating system to full dry film thickness, in color and gloss matching that of adjacent coated areas. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-96 September 2023 Add New Section 6-07.3(14): 6-07.3(14) Painting of Aluminum Surfaces All aluminum items specified herein to be powder coated shall be factory primed and powder coated in accordance with the manufacturer’s recommendations. The paint color of aluminum surfaces shall be per 6-07.2 6-07.5 Payment This section is supplemented with the following: Measurement and payment for all painting and finishes shall be incidental for all Work to the related bid items that receive the painting and finishes as shown on the Plans and required by the Specifications. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-97 September 2023 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS SECTION 7-01 DRAINS 7-01.1 Description This section is supplemented with the following: This work includes a drain pipe connection to an existing building downspout and extending the drain pipe to a curb discharge. 7-01.2 Materials This section is supplemented with the following: PVC Pipe drain pipe and fittings shall be per Section 9-05.12(1) with rubber gasket joints 7-01.3 Construction Requirements This section is supplemented with the following: Construct drain pipe for downspout connection per the detail in the Plans. 7-01.5 Payment This section is supplemented with the following: “Drain Pipe 3 In. Diam.” per lump sum. The lump sum Contract price for “Drain Pipe 3 In. Diam.” shall be full pay for all Work to prepare and connect to the existing building downspout and install the drain pipe through the curb discharge per the details on the Plans. No separate payment will be made for wire mesh, rebar, or additional concrete to install the drain pipe in the concrete sidewalk and curb. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-98 September 2023 SECTION 7-04 STORM SEWERS 7-04.2 Materials This section is supplemented with the following: Ductile Iron Storm Sewer Pipe shall conform to the requirements of Section 9-05.13 of the Standard Specifications. Dense foam shall be 6.0 pounds per cubic foot closed cell Polyethylene foam. 7-04.3(1) Cleaning and Testing This section is supplemented with the following: 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 under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. 7-04.4 Measurement This section is supplemented with the following: No separate measurement will be made for testing storm sewer pipe. 7-04.5 Payment This section is supplemented with the following: “Ductile Iron Storm Sewer Pipe __ In. Diam.”, per linear foot. The unit Contract price per linear foot for storm sewer pipe of any kind and size specified shall be full pay for all Work necessary to provide and install the item complete including trench excavation, stockpiling and haul; dewatering; bedding and backfill of pipe trench with specified materials; foam protection, fittings; compaction; and cleaning (flushing), and testing the pipe. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-99 September 2023 SECTION 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements This section is supplemented with the following: Where shown on the Plans, new pipes connecting to existing structures shall be required to core drill into the structure, shape the new pipe to fit, and re-grout the opening in a workmanlike manner. Any damage to existing structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. 7-05.5 Payment This section is supplemented with the following: The unit Contract price per each for catch basins of any kind and size specified shall be full pay for all Work necessary to provide a complete installation including structure excavation including haul, dewatering, bedding and backfill, connections to pipes, frame and grate assemblies and adjustment to final grade. Shoring and Extra Excavation Class B shall be included in the price for Shoring and Extra Excavation as described in Section 2-09. The unit Contract price per each for “Connection to Drainage Structure” shall be full pay for all costs necessary to connect new drainage pipe to existing drainage structures such as catch basins. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-100 September 2023 SECTION 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches This section is supplemented with the following: To minimize trench subgrade disturbance during excavation, all trench excavation for new storm drain shall be done with a smooth-edge bucket rather than a toothed bucket. All trench excavated materials shall be disposed of off-site at an approved Contractor- provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. All trench excavated materials shall be disposed of off-site at an approved Contractor- provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)C Bedding the Pipe This section is supplemented with the following: 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. Add New Section 7-08.3(1)D: 7-08.3(1)D Pipe Foundation Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be Crushed Surfacing Base Course and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-101 September 2023 7-08.5 Payment This section is supplemented with the following: Payment for plugging and abandoning existing drainage pipe shall be included in the lump sum Bid item for “Removal of Structure and Obstruction” per Section 2-02.5. 7-09 Pipe and Fittings For Water Mains 7-09.3(15) Laying of Pipe on Curves 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15)A is revised as follows: Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half (50%) of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is revised as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains, water services and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement Section 7-09.3(17), with title change, is revised as follows: The Contractor shall lay ductile iron pipe and fittings with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-102 September 2023 The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised as follows: The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut- off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-103 September 2023 blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a) Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. b) Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance c) Swab all connecting pipe and fittings with 5-6% chlorine solution d) Perform the connection work e) Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipe and fittings at the connection points and installed concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3- day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) is revised as follows: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-104 September 2023 Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on the Plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised as follows: Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-105 September 2023 tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter (inches) PSI 6" 8" 10" 12" 16" 20" 24" 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 𝐿=𝑆𝐷√𝑃 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-106 September 2023 All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A, with title change, is revised as follows: Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly-pig" shall be light density foam (1-2 pcf) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is revised as follows: Dry calcium hypochlorite shall not be placed in the pipe as laid. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-107 September 2023 7-09.3(24)K Retention Period Section 7-09.3(24)K is revised as follows: Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 25 mg/L. If a measurement of less than 25 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N is revised as follows: Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, a satisfactory report shall be received from the local or State Health Department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. After the flushing of the chlorinated water from the new water mains, an additional 16-hour rest period is required before the first set of samples is taken from representative points. After a minimum 15 minutes rest period, a second set of samples , the installation of new mains requires that two sets of samples for coliform analysis are collected using one of the following methods: AWWA C651-14 Option B 1. Provide rest period of at least 16 hours. 2. Collect first set of samples from representative points. 3. Provide wait period of at least 15 minutes. 4. Collect second set of samples from representative points. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new section: General: Where shown in the Plans, in the Specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-108 September 2023 Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie-rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4” 2 6” 2 8” 2 10” 4 12” 4 14” 6 16” 6 18” 8 20 10 24” 12 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-109 September 2023 Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m, or approved equal. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is revised and supplemented as follows: (******) Measurement of select imported trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete for thrust blocking and dead man anchor blocks will be per cubic yard when these items are included as separate pay items. If not included as separate pay items in the contract, then concrete for thrust blocking and dead man anchor blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connection to existing water main will be per each for each connection to existing water main(s) as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: (******) "Furnish and Install ____” Class 52 DI Water Main with Restrained-Joint Fittings and Polywrap”, per linear foot. The unit contract price per linear foot for each size and kind of “Furnish and Install ____” Class 52 DI Water Main with Restrained-Joint Fittings and Polywrap" shall be full pay for the bid item as described in Section 1-09.14. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-110 September 2023 "Concrete for Thrust Blocking and Dead Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Thrust Blocking and Dead Man Anchor Blocks" shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Main", per each. The unit contract price per each for “Connection to Existing Water Main” shall be full pay for the bid item as described in Section 1-09.14. “Select Imported Trench Backfill”, per ton. The unit contract price per cubic yard or ton for “Select Imported Trench Backfill” shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 Valves For Water Mains 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. [The rest of this section is deleted.] 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-111 September 2023 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented as follows: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is revised as follows: "Furnish and Install ____” Gate Valve Assembly”, per each. The unit contract price per each for "Furnish and Install ____” Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade (RC)" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 Hydrants 7-14.3(1) Setting Hydrants Section 7-14.3(1) has been revised as follows: Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-112 September 2023 Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3-1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7-09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly- Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2-3/4" Cor- Ten shackle rods and accessories, concrete blocks, shear block and blue pavement marker. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented as follows: (******) All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented as follows: (******) All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-113 September 2023 7-14.3(7) Remove and Salvage Hydrant Section 7-14.3(7) is a new section: Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: “Furnish and Install Fire Hydrant Assembly”, per each. The unit contract price per each for “Furnish and Install Fire Hydrant Assembly”, shall be full pay for the bid item as described in Section 1-09.14. “Resetting Existing Hydrants”, per each. The unit contract price per each for “Resetting Existing Hydrant” shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. “Moving Existing Hydrants”, per each. The unit contract price per each for “Moving Existing Hydrant” shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Requirements Section 7-15.3, with title change, is revised as follows: All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-114 September 2023 Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hole-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters • Connect the new meter setters to the customers’ private service lines • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: “Furnish and Install ____” Water Service Connection”, per each. The unit contract price per each for " Furnish and Install ____” Water Service Connection”, shall be full pay for the bid item as described in Section 1-09.14. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-115 September 2023 SECTION 8-01 EROSION CONTROL & WATER POLLUTION PREVENTION SECTION 8-02 ROADSIDE RESTORATION 8-02.1 Description This section is supplemented with the following: This work includes the installation of flexible porous surface treatment. Add New Section 8-02.1(1): 8-02.1(1) Submittals Contractor shall submit the following a minimum of 30 days prior to start of Work under this section: 1. Materials: A list of seed mix, top soil and arborist wood chip mulch, and flexible porous surface treatmentproposed to be furnished and installed, demonstrating conformance with the requirements specified. 2. Provide test reports for supplied topsoil and compost including composition and nutrient levels from an approved agricultural testing laboratory at Contractor’s expense. 3. Submit description of equipment, methods and procedures for ripping/ tilling areas specified for soil preparation and installing flexible porous surface treatment. 4. Certification - Material submittals for flexible porous surface treatment shall include confirmation from the manufacturer that the Contractor or Subcontractor installing the flexible porous surface treatment has been trained and is currently certified to install the product. 8-02.2 Materials This section is supplemented with the following: Topsoil Type A shall consist of 2/3 sandy loam and 1/3 Compost. 1. Sandy loam or loamy sand shall consist largely of sand, but with enough silt and clay present to give it a small amount of stability. Individual sand grains can be seen and felt readily. On squeezing in the hand when dry, it shall form a cast that will not only hold its shape when the pressure is released, but shall withstand careful handling without breaking. 2. Compost component to be Fine compost per section 9.14.4(8) 3. The mixed soil shall meet the following gradation: Screen Size Percent Passing 3/8 inch 100 #4 95 #10 85 #30 70 #60 50 #100 30 Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-116 September 2023 #270 15 4. Shall have a pH from 5.5 to 7.5 with dolomitic limestone added as necessary to attain this range. Arborist Wood Chip Mulch (AWCM) Shall be coarse ground wood chips (approximately ½” to 4” along the longest dimension) derived from the mechanical grinding or shredding of the above-ground portion of trees. It may contain wood, wood fiber, bark, branch pieces, and leaves, but may not include visible amounts of soil. It shall be free of weeds and weed seeds including but not limited to plants on the King County Noxious Weed list and shall be free of invasive plant portions capable of re-sprouting, including but not limited to horsetail, ivy, clematis, knotweed, etc. It may not contain more than ½% by weight of manufactured inert material (plastic, concrete, ceramics etc.). It may not contain more than 30% by volume of leaves. Flexible Porous Surface Treatment Flexible porous surface treatment shall be KBI Flexipave, or approved equal. Color shall be Bark Brown or an approved equivalent. Mix shall have 25 to 30-percent void ratio and be comprised of 50- 52 percent recycled rubber chips and 50-percent kiln-dried aggregate. For approval of equal material, the Contractor shall submit product information, including limitations related to weather conditions or site-specific conditions, to the Engineer for approval. Submittal shall also include a minimum of three examples of product installations within the last five years at a project location within 75 miles of the work site. Seed Mix for Seeded Lawn areas: Species Proportion by Weight Percent Purity Min. Percent Germination Turf Type Perennial Rye Blend (2 or more varieties) 50% 98 90 Chewings Fescue 30% 98 90 Hard Fescue 20% 98 90 Fertilizer Seed areas meet the requirements of Standard Specification Section 9-14.3 and shall be organic fertilizer and approximately 8-2-4. Fertilizer shall be applied according to manufacturer’s recommendations. 8-02.3(5)A Planting Area Preparation for Seeded Lawn Areas This section is supplemented with the following: 1. These areas include all disturbed area edge conditions previously seeded, lawn or areas noted in the Plans as seeded lawn restoration. 2. Confirm subgrade elevations have been prepared to accommodate the addition of topsoil and compost as specified below. Thoroughly scarify and till established Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-117 September 2023 subgrade to a minimum eight-inch (8”) depth. Secure Engineer’s acceptance of subgrade scarifying/tilling prior to placing fill and topsoil. 3. Place 3 inches of Topsoil Type A. Secure Engineer’s acceptance. 4. Roll soils to 85% of maximum density. 5. Rake prepared soils level, allowing for a maximum 1/2 inch below adjacent walks and curbs, unless otherwise noted. Remove all rocks, debris, roots, etc., within 1” to 2” of the finished soil surface that are larger than 1 inch in diameter. 6. Secure Engineer’s acceptance of prepared soils and fine grading prior to seeding. Add New Section 8-02.3(11)D 8-02.3(11)D Flexible Porous Surface Treatment 1. Flexible porous surface treatment (FPST) shall be designed, mixed, and installed per the manufacturer’s recommendations. See Plans for location and installation details. Contact City of Renton City Arborist to coordinate installation, confirm limits of FPST, and to observe work of installation of FPST around the first tree pit installed. 2. Prepare subgrade to create a firm unyielding surface. Excavate soil next to adjacent concrete sidewalk and curb edge, as needed, to provide installation of min. 1 ½” FPST to achieve tight/flush connection between FPST and concrete edge. Add and compact soil to create smooth uniform surface that drains away from tree trunk onto the sidewalk and curb. Lightly compact soil to prevent settling of subbase material. Install FPST over existing tree surface roots, mounding as needed up to and around tree trunk flare. 3. The finished surface of the FPST shall be uniform and flush with adjacent surfaces. Uniform and flush surface conditions shall be maintained throughout the landscape establishment period. 4. Flexible porous surface treatment is subject to inspection and repair at the time of project acceptance and for the or warranty period described in Section 1-05.10. 8-02.5 Measurement This section is supplemented with the following: Flexible Porous Surface Treatment will be per lump sum. 8-02.5 Payment This section is supplemented with the following: “Topsoil Type A”, per cubic yard. “Arborist Wood Chip Mulch”, per cubic yard. The unit contract price per cubic yard for “Topsoil Type A” and “Arborist Wood Chip Mulch” shall include delivery, stockpiling, testing, mixing, amendments, materials, placement or other work required for completion of the Work. “Flexible Porous Surface Treatment”, per lump sum. The unit contract price per lump sum for “Flexible Porous Surface Treatment” shall include all costs for the Work required to furnish and install the flexible porous surface treatment Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-118 September 2023 product complete as specified and per the manufacturer’s requirements, including excavation, subgrade preparation, and base course. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-119 September 2023 SECTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph of Section 8-04.3(1) is deleted and replaced with the following: All Cement Conc. Traffic Curb and Gutter shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6-02. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-120 September 2023 SECTION 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description This section is supplemented with the following: This work shall also consist of installing sawcut scoring and finishes as detailed on the Plans and specified herein. 8-06.2 Materials This section is supplemented with the following: All cement concrete used for constructing the driveway entrances shall be high early strength Portland cement concrete Class 4000 with 1-day cure and meets the requirements of Section 5-05.3(17) 8-06.3 Construction Requirements This section is supplemented with the following: Cement concrete driveway entrances within sidewalk areas with the 2’x2’ pattern shall be constructed with saw cut scoring and medium-light sandblast finish or surface treatment as shown on the Plans and described in Section 8-14. 8-06.4 Measurement This section is supplemented with the following: Cement concrete driveway entrances shall be measured to include the flare/wing on either side of the driveway; The flare/wing areas shall be excluded from payment under “Cement Conc. Sidewalk” No separate measurement will be made for saw cut scoring or medium-light sandblast finish. 8-06.5 Payment This section is supplemented with the following: The unit Contract price per square yard for “Cement Conc. Driveway Entrance Type __” shall be full pay for all Work for the complete cement concrete driveway installation including but not limited to sawcutting and sandblast finish. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-121 September 2023 SECTION 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description This section is supplemented with the following: This work includes constructing cement concrete sidewalks with sawcut joints and a sandblast finish. 8-14.3 Construction Requirements The first paragraph of Section 8-14.3 is deleted and replaced with the following: The concrete in the sidewalks shall be air entrained Class 4000 in accordance with the requirements of Section 6-02. 8-14.3(3) Placing and Finishing Concrete This section is supplemented with the following: Concrete finish shall be Sandblast or Surface Retardant for all Cement Concrete Sidewalk with 2ft x 2ft Pattern. Locations as shown on Plans. Sandblasting method shall be: • Surface Preparation – Clean and dry • Blast Medium - 03GO Silicon Carbide • Air Pressure - I 00-1 I 0 SI • Hose Diameter = 1” • Hose Length - 50' min to 100’ max. • Spray Nozzle #5 • Approximate distance from nozzle to blasting surface – 1”-2” • Spray Duration - 5-10 seconds • Spray Pattern – Constant circular overlapping motion Surface Retardant Application method shall be: • Medium duty opaque gelled mineral acid (Hydrogen Chloride) CAS No. 7647-01-0 • Chemical Properties • Weight 16-25% • OHSA TWA 5ppm • ACGIH TLV 5ppm (air) • Boiling Point: None, will degrade • Specific Gravity (H20-1) 1.2 • Vapor Pressure (mm Hg) 4 MM @ 17.8C • Melting Point N/A • Solubility in Water Complete • Flash Point >200C Scoring and joints for 2’x2’ Scored Cement Concrete Sidewalk: Contractor shall provide layout of sidewalk scoring and expansion joints for Engineer’s approval in the field prior to installation. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-122 September 2023 All completed work shall be so barricaded as to prevent damage by unauthorized use. Any damage sections shall be removed and replaced at the Contractor’s expense. Existing building facades disturbed during construction shall be restored to original condition. Sawcut scoring shall be perpendicular to the roadway centerline. Mock-Ups: Prior to start of installation of scored cement concrete sidewalks with sandblast or surface retardant finish(es) the Contractor shall provide a minimum sixteen (16) square foot sample, 4x4 of scored cement concrete with medium-light sandblast or surface retardant finish to be reviewed and approved by the Engineer. This sample shall be the standard for the balance of the rest of the work installed, for both the scored cement concrete sidewalk and driveway entrance with sandblast or surface retardant finish and shall be protected from damage until final acceptance and approval. When a finishing procedure has been selected by the contractor and the mock-up has been approved, the Contractor shall not change the finishing procedure for the duration of the project. Blasting Operations and Requirements: Apply sandblasted or surface retardant finish to exposed concrete surfaces where Cement Concrete Sidewalk with 2’x2’ Pattern is indicated on plans. Perform sand blasting at least 72 hours after placement of concrete. Coordinate with formwork construction, concrete placement schedule, and formwork removal to ensure that surfaces to be blast finished are blasted at the same age for uniform results. Determine type of nozzle, nozzle pressure, and blasting techniques required to match the Engineer's control samples. Blast corners and edges carefully, using back-up boards, to maintain uniform corner or edge line. Section 8-14.3 is supplemented with the following: (April 3, 2017 WSDOT GSP) The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-123 September 2023 5. Accommodating utilities 6. Form work 8. Contractor ADA survey and ADA Feature as-built requirements 9. Cold Weather Protection 8-14.3(4) Curing This section is supplemented with the following: The Contractor shall use the curing materials and procedures specified in section 5- 05.3(13) Curing, except that the Contractor shall use clear curing compound instead of white pigmented curing compound. The Contractor shall apply curing agent immediately after brushing and maintain it for a period of five (5) days. During the curing period the Contractor shall exclude all pedestrian and vehicular traffic. The Engineer may also exclude vehicular traffic. Protection of concrete: The Contractor is responsible for barricading, patrolling or otherwise protecting newly placed concrete. The Contractor shall remove and replace at his expense all damaged (accidental or otherwise), vandalized and/or unsightly concrete. Add New Section 8-14.3(6) 8-14.3(6) Adjust Utility to Finish Grade Existing access frames and covers for handholes and irrigation boxes, and other utilities in sidewalk areas shall be adjusted to finish grade as shown in the Plans unless noted otherwise. The utility shall be reset to the final grade, plumb to the sidewalk surface, and remain operational and accessible. 8-14.4 Measurement This section is supplemented with the following: Sidewalk shall not be measured for payment within cement concrete driveway entrance. “Cement Conc. Sidewalk w 2’X2’ Pattern” will be measured by the square yard of installed and finished surface, including sawcutting for scored cement concrete sidewalks and sandblast finish. The adjustment for “Adjust Handhole Or Irrigation Box Cover and Frame to Finish Grade” will be measured per each. 8-14.5 Payment This section is supplemented with the following: “Cement Conc. Sidewalk w 2’X2’ Pattern”, per square yard. The unit Contract price for “Cement Conc. Sidewalk w 2’X2’ Pattern” shall be full pay including labor, materials and equipment needed for installing the cement concrete sidewalk, including sawcutting and sandblast finishes. “Adjust Handhole Or Irrigation Box Cover and Frame to Grade”, per each. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-124 September 2023 The unit Contract price per each for “Adjust Handhole Or Irrigation Box Cover and Frame to Grade” shall be full pay for all Work necessary to adjust the utility castings to finished grade. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-125 September 2023 SECTION 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is supplemented with the following: This Work shall consist of, but will not be limited to providing new complete systems in the vicinity of the following locations: • Illumination System along Burnett Ave S between S 4th St and S 5th St. • Connection to Power Source for Burnett Ave S All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, King County Standards included herein and the following Special Provisions. The Work involves, but shall not be limited to, the following: • Trenching • Junction boxes • Conduit and wire • Luminaires, poles • Electrical service cabinets • Foundations • Subsurface exploration and potholing • Utility locates • Surface restoration 8-20.1(1) Regulations and Code Section 8-20.1(1) is supplemented with the following: All materials and methods required under this section, unless otherwise superseded herein, shall conform to the 2022 edition of the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction and Amendments (herein referred to as Standard Specifications), to all current amendments to the Standard Specifications, to the latest edition of the State of Washington Standard Plans for Road, Bridge, and Municipal Construction (herein referred to as the Standard Plans), to the State of Washington Sign Fabrication Manual, to the City of Renton Standards and Details, to the latest edition of the National Electric Code (NEC), and to the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) as adopted by the State of Washington. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. Delete the first sentence of the first paragraph of Section 8-20.1(1) and replace with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP-78-16, the Radio Manufacturers Association, the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), whichever is applicable, and to other codes listed herein. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-126 September 2023 8-20.1(3) Permitting and Inspection The second and third paragraphs of Section 8-20.1(3) are replaced with the following: The Contractor shall be responsible for coordinating, obtaining, and paying for all permits, including electrical service applications, necessary to complete this work in a timely fashion. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. All required electrical permits shall be obtained before beginning trench excavation. The City Electrical Inspector shall inspect and approve the electrical portions of the project. The Contractor shall notify the City Electrical Inspector at least 24 hours in advance of required field inspection. Before work begins, the Contractor shall contact the City of Renton Electrical Inspector to coordinate a schedule of electrical inspection (call the request line at 425-430- 7200). This project shall be accomplished in compliance with WAC 296-46B-010 Traffic Management Systems and shall conform to the current adopted version of the NEC. 8-20.1(5) Errors and Omissions Section 8-20.1(6) is added as follows: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. Any work done after such discovery without authorization by the Engineer will be done at the Contractor’s risk. 8-20.2 Materials Section 8-20.2 is supplemented with the following: Material requirements for electrical systems are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. Controlled density fill shall meet the requirements of Section 2-09.3(1)E of the Standard Specifications. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances per Section 9-03.1(5)A of the Standard Specifications. 8-20.2(2) Equipment List and Drawings Delete the first paragraph of Section 8-20.2(2) and replace with the following: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-127 September 2023 Within 20 calendar days following execution of the Contract, the Contractor shall submit to the Engineer a completed “Request for Approval of Material” that describes the material proposed for use to fulfill the Plans and Specifications. Delete the fifth paragraph of Section 8-20.2(2) and replace it with the following: Shop drawing for lighting standards shall be provided in an electronic format (AUTOCAD Release 2009 or later), as well as complying with Section 6-03.3(7) of the Standard Specifications. Manufacturer's technical information shall be submitted for all poles, luminaires, wire, conduit, junction boxes, electrical service cabinet and all other items to be used on the Project. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. The Engineer shall have fourteen (14) calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. All shop drawings for street lights that are not listed on the WSDOT Pre-Approved plans shall be stamped by a State of Washington registered Structural Engineer. For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 per material submitted by RAM. All costs for the processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. Manufacturer's data for materials proposed for the electrical systems, for use in the Contract which require approval shall be submitted in one complete package. 8-20.3 Construction Requirements Section 8-20.3 is supplemented with the following: 8-20.3(2) Excavation and Backfilling Section 8-20.3(2) is supplemented with the following: Underground utilities of record will be shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-128 September 2023 The Contractor shall be responsible for potholing for conflicts with underground utility locations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, junction boxes or conduit runs, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: • Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. • If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. • If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. Section 8-20.3(2)A is added as follows: 8-20.3(2)A Trench and Backfill The Contractor shall provide trenching as specified herein, regardless of the material encountered, as necessary for complete and proper installation of the illumination and communications conduit. Trenching shall conform to the following: UNIFORM CONSTRUCTION Trenching for conduit runs shall be done in a neat manner, and the trench bottom shall be graded to provide a uniform grade, with a width and depth as specified herein. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. TRENCH INSPECTION No work shall be covered until it has been examined by the Engineer or Inspector. Earth which fills around and over the conduit shall be free of rocks greater than 2 inches up to a depth of 6 inches. When trenching is being accomplished within the sidewalk area, the backfill can be made with acceptable materials from the excavation and shall be Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-129 September 2023 considered a necessary part of and incidental to the excavation in accordance with the Standard Specifications. Hauling and disposal of un-used excavation material shall be incidental to the cost of trenching or excavating. The compaction requirements for the roadway backfill shall apply. SAW CUT FOR TRENCH Trenches in all paved areas shall be saw cut. The saw cuts shall be a minimum of 2-inches deep and shall be parallel. Thoroughly clean saw cuts where necessary by the use of high- pressure water (1,400 psi or greater). All wastewater shall be collected and disposed of in accordance with Section 1-07.15 of the Standard Specifications. Impervious surfaces contaminated from cutting operations shall be cleaned in accordance with Section 1-07.15 of the Standard Specifications. PAVEMENT REMOVAL Pavement shall be removed in a manner approved by the Engineer. The Contractor shall take care in removing existing paving not to damage the pavement outside of the saw cut lines. TRENCH DEPTH Trench depth shall provide 24 inches minimum of cover over all conduits unless agreed to otherwise by the Engineer. TRENCH WIDTH The trench width shall be 12 inches or the conduit diameter plus 2 inches, whichever is larger. TRENCHING IN LANDSCAPED AREAS Trenches shall be placed to have minimum impact on existing landscaping and irrigation systems. Any damage due to the Contractor’s operation shall be repaired or replaced by the Contractor at his own expense and to the satisfaction of the Engineer. TRENCHING THROUGH CONCRETE SIDEWALK AREAS Trenching in these areas shall require removal and replacement of the concrete to the limits of the existing sidewalk joints. The costs for removal and replacement shall be incidental to the trenching. 8-20.3(3) Removing and Replacing Improvements Section 8-20.3(3) is supplemented with the following: SALVAGED EQUIPMENT All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following illumination equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-130 September 2023 • Luminaire Standards and Arms • Luminaires The Contractor shall give the Engineer fourteen (14) calendar days advance written notice prior to delivery of removed materials to the City of Renton Signal Shop. The equipment shall be removed by the Contractor and delivered within 24 hours following removal to the Contracting Agency. All removed equipment which remains the property of Renton shall be delivered to Renton Corporate Yard between the hours of 8:30am and 2:30pm: City of Renton Corporate Yard 3555 NE 2nd Street Renton, WA 98056 Phone: 425-430-7423 The Contractor shall: • Remove all wires for discontinued circuits from the conduit system. • Remove elbow sections of abandoned conduit entering junction boxes. • Remove abandoned conduit that is less than 18 inches below finished grade, unless otherwise indicated in the Plans. • Remove foundations in accordance with Standard Specifications Section 2-02.3(1). • Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Standard Specifications Section 2- 09.3(1)E. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing the concrete, the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship- like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the Contractor may install the applicable device thereon. All concrete foundations shall be installed at locations per stationing on the Plans. Pole locations shall be staked by the Contractor and locations shall be field verified and approved by the Engineer in the field prior to excavation. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required. Location of all concrete foundations shall be approved by the Engineer prior to excavation. A. Luminaire Pole Foundations: Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-131 September 2023 • Arterial and Downtown Street Decorative Pedestrian Luminaire Pole foundation shall be per City of Renton Standard Plan 117.2 and 117.4. Arterial Street Decorative Luminaire Pole foundation shall be per City of Renton Standard Plan 117.1, 117.1A & 117.1B. • Some of new foundations shall match location of existing sign or luminaire foundations (per the Plans). Due to the close proximity to or matching locations of existing pole/sign foundations (approximate max depth of 7'), the Contractor shall use construction methods described in WSDOT Standard Plan J-28.30. The voids shall be filled and compacted (use CSTC) or use CMP form and CDF backfill for installation of new foundations. Using Vactor truck excavation method might be required due to proximity of underground fiber optic CDF bank. CONSTRUCTION SEQUENCE All excavation for a single pile cap foundation in which the drilled shafts are to be constructed shall be completed before shaft construction begins. After shaft construction is completed, all loose or displaced materials shall be removed from around the shafts, leaving a clean solid surface to receive the footing concrete. SHAFT EXCAVATION 1. Shafts shall be excavated to the required depth as shown in this Contract or as required by the Engineer. The excavation shall be completed in a continuous operation using equipment capable of excavating through the type of material expected to be encountered. The concrete shall be placed within two hours after the completion of shaft excavation and cleanout without any undue delay. 2. If the shaft excavation is stopped with the approval of the Engineer, the shaft shall be secured by the installation of a safety cover. It shall be the Contractor's responsibility to ensure the safety of the shaft and the surrounding soil and the stability of the sidewalls. A temporary casing should be used if necessary, to ensure such safety and stability. 3. Where caving conditions are encountered, due to soft soils or water intrusion, no further excavation will be allowed until the Contractor selects a method to prevent ground movement. The Contractor may elect to place a temporary casing or use other methods approved by the Engineer. 4. The Contractor shall use appropriate means such as a clean-out bucket, to clean the bottom of the excavation such that a minimum of 50 percent of the base of each shaft will have less than 1-inch of sediment at the time of placement of the concrete. The maximum depth of sediment or any debris at any place on the base of the shaft shall not exceed 2 inches. 5. If unexpected obstructions, which require specialized equipment and/or labor are encountered, the Contractor shall notify the Engineer promptly. Excavation shall be continued as approved by the Engineer. EXCAVATION INSPECTION 1. The Contractor shall provide equipment for checking the dimensions and alignment of each permanent shaft excavation. The dimensions and alignment shall be determined by the Contractor with the approval of the Engineer. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-132 September 2023 2. Final shaft depths shall be measured with a suitable weighted tape or other approved methods after final clean-out. 3. Shaft cleanliness will be determined by the Engineer, by visual inspection. 4. The excavated shaft shall be approved by the Engineer prior to placing any steel or concrete into the shaft. REINFORCING STEEL CAGE CONSTRUCTION AND PLACEMENT 1. The reinforcing steel cage consisting of longitudinal bars, ties, cage stiffener bars, spacers, centralizers, and other necessary appurtenances shall be completely assembled and placed as a unit immediately after the shaft excavation is inspected and accepted prior to concrete placement. The reinforcing cage shall be rigidly braced to retain its configuration during handling and when lowered into the shaft, during placement of concrete and extraction of the casing from the shaft. No loose bars will be permitted. The reinforcing steel fabricator shall include bracing and any extra reinforcing steel required to fabricate the cage in the shop drawings. 2. If the bottom of the constructed shaft elevation is lower than the bottom of the shaft elevation in the Plans, a minimum of one half of the longitudinal bars required in the upper portion of the shaft shall be extended the additional length. Tie bars shall be continued for the extra depth, spaced on 1 feet centers, and the stiffener bars shall be extended to the final depth. These bars may be lap spliced, or un-spliced bars of the proper length may be used. Welding to the planned reinforcing steel will not be permitted unless specifically shown in either the Plans or Special Provisions. 3. The reinforcing steel in the shaft shall be tied and supported so that the reinforcing steel will remain within allowable tolerances given in this specification. Concrete spacers or other approved non-corrosive spacing devices shall be used at sufficient intervals (near the bottom and at intervals not exceeding 5 feet up the shaft) to insure concentric spacing for the entire cage length. Spacers shall be constructed of approved material equal in quality and durability to the concrete specified for the shaft. 4. The elevation of the top of the steel cage shall be checked before and after the concrete is placed. If the rebar cage is not maintained within the specified tolerances, corrections shall be made by the Contractor as required by the Engineer. No additional shafts shall be constructed until the Contractor has modified his rebar cage support in a manner satisfactory to the Engineer. CONCRETE PLACEMENT Concrete placement shall commence within two (2) hours after completion of the excavation and shall be placed in one continuous operation to the top of the shaft. Concrete shall be placed through a tremie. The tremie used shall consist of a tube of one-piece construction. Concrete shall be placed through a hopper at the top of the tube so that the concrete is deposited through the center of the reinforcing steel to prevent segregation of the aggregates and splashing of concrete on the reinforcement cage. The Contractor's proposed method for depositing concrete shall have approval of the Engineer prior to concrete placement. The concrete on the top 5 feet of the shaft shall be vibrated. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-133 September 2023 CASING REMOVAL During casing removal, a minimum 5 foot head of concrete must be maintained to balance the soil and water pressure at the bottom of the casing. This casing shall be well coated with form oil prior to concrete placement. CONSTRUCTION TOLERANCES 1. The centerline of the drilled shaft shall be within 3 inches of the Plan position in the horizontal plane, at the Plan elevation for the top of the shaft. 2. The vertical alignment of the shaft excavation shall not vary from the Plan alignment by more than 1/4 inch per foot of depth. 3. After all the concrete is placed, the top of the reinforcing steel cage shall be no more than 1/2 inch above and no more than 1/2 inch below the Plan position. 4. The minimum diameter of the drilled shaft shall be 1inch less than the specified shaft diameter. 5. The top elevation of the shaft shall have a tolerance of ±1/2 inch from the Plan top of shaft elevation. 6. Excavation equipment and methods shall be designed so that the completed shaft excavation will have a flat bottom. The cutting edges of excavation equipment shall be normal to the vertical axis of the equipment within a tolerance of± 3/8 inch per 12 inches of diameter. Drilled shaft excavations constructed in such a manner that the concrete shaft cannot be completed within the required tolerances are unacceptable. When approved, corrections may be made to an unacceptable drilled shaft excavation by any approved combination of the following methods: 1. Overdrill the shaft excavation to a larger diameter to permit accurate placement of the reinforcing steel cage with the required minimum concrete cover. 2. Increase the number and/or size of the steel reinforcement bars. The approval of the correction procedures is dependent on analysis of the effect of the degree of misalignment and improper positioning. Correction methods may be approved as design analysis indicate. Redesign drawings and computations prepared by the Contractor's Engineer shall be signed by a Professional Engineer licensed in the State of Washington. Materials •and work necessary, including Engineering analysis and redesign, to effect corrections for out of tolerance drilled shaft excavations shall be furnished at no cost to the Contracting Agency. SUBMITTALS 1. Before placing the reinforcing steel, the Contractor shall submit shop drawings to the Engineer for the reinforcing cage. 2. Work shall not proceed until the appropriate submittals have been approved in writing by the Engineer. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-134 September 2023 8-20.3(5) Conduit 8.20.3(5)A General Section 8-20.3(5)A is supplemented with the following: When copper or fiber optic interconnect cable is part of a project, the conduit sweeps bringing the interconnect cable into and out of the junction boxes shall be offset as directed by the Engineer to accommodate the cable’s tendency to curl. The conduit sweep shall have a minimum bend radius of 24-inches. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. Spare conduits shall be capped and labeled as City of Renton conduits and shall include polyester detectable pull tape that meets or exceeds a breaking strength of 900 lbs. Detectable pull tape shall also be added to conduits occupied with non-electrical cables. Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. Where intercepting and splicing to an existing conduit is called out on the Plans, the Contractor shall verify the conduit size and schedule before ordering the new conduit sections. The size provided on the Plans is an estimation. 8-20.3(5)A3 Damaged or Blocked Conduits Section 8-20.3(5)A3 is added as follows: Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the service or controller cabinet. If the blockage doesn’t break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Once the blockage location is identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again. If the fish tape passes through the conduit past the identified blockage point easily, the Contractor shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract Plans. If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall excavate down to the conduit blockage point and repair the conduit break. The Contractor shall obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation, conduit repair, and surface restoration will be paid for by change order or Minor Change as determined by the Engineer. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-135 September 2023 8-20.3(5)B Conduit Type Delete the second paragraph of Section 8-20.3(5)B and replace with the following: Rigid metal conduit (RMC) shall only be placed where indicated and shown on the Contract Plans. Section 8-20.3(5)B is supplemented with the following: All conduit shall be PVC Sch 80 rigid non-metallic unless noted otherwise in the Contract Plans or Special Provisions. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as indicated on the wiring and conduit schedule shown on the Plans. Conduit to be provided shall be of the type indicated below: All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled "City of Renton" conduits. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8-20.3(6) is supplemented with the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5/8th-inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the Plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre-molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. Junction boxes shall have galvanized steel locking lids and frames. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-136 September 2023 The Contractor shall not damage any existing conduits when replacing or excavating existing junction boxes. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits or when excavating. 8-20.3(8) Wiring Section 8-20.3(8) is supplemented with the following: All illumination circuits shall be labeled with a PVC marking sleeve bearing the circuit number at each junction box whether splices are present or not. Terminal strips in cabinets, or when used as a connection device between conductors, shall bear the circuit numbers. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. For installing new cables in existing occupied or empty conduit, the Contractor shall be responsible for the following steps: 1) Install a new pull rope using a rod/fish tape in the conduit for pulling in the new cabling if a pull rope does not already exist. 2) If the Contractor cannot get the rod/fish tape to pass through the conduit, the Contractor shall blow air through the conduit to remove any debris blocking the rod/fish tape path. The Contractor shall be careful not to blow air into controller or service cabinets. 3) If the rod/fish tape still does not pass through the conduit after blowing air, the Contractor shall disconnect a single existing wire as agreed to by the Engineer (if the conduit is occupied) and use that wire to pull the new wiring plus a new cable to replace the existing cable that is being used for pulling. 4) If no existing wire can be used to pull in the new wire, the Contractor shall try another conduit run if one exists, or pull out all existing wiring from the conduit and use to pull in the new wiring plus all new cabling to replace existing cabling. Rodding, fish taping, blowing air, and disconnecting/ reconnecting cable shall be the Contractor’s cost responsibility. In an event that none of these steps led to successful wire installation, the Contractor shall install new conduit as directed by the Engineer. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is supplemented with the following: All street light standards and other features on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. Polyester detectable pull tape shall not be connected to the equipment-grounding system. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box and any modified existing junction boxes (if not already present). For the purposes of this section, a box shall be considered “modified” if new current-carrying conductors are installed, including low- voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-137 September 2023 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8-20.3(10) is supplemented with the following: The existing service point shall be located and verified by the Contractor with the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company). The Contractor shall verify that the lighting service for the project has an existing and fully functional photo cell mounted in the existing service cabinet per City of Renton Standard Detail 122.1. The Contractor shall coordinate with the power company to determine appropriate steps to de-energize the existing power service. After completion of the construction work, the Contractor shall have the electrical service inspected by the City Electrical Inspector and shall be solely responsible for coordination with the power company to have the system re- energized. The Contractor shall notify the City Inspector when the service is ready for connection and shall coordinate with Puget Sound Energy. The Contractor shall pay for all connection fees. The City shall be notified of the plans for de-energizing and re-energizing of the system at least 72 hours in advance. 8-20.3(11) Testing Section 8-20.3(11) is supplemented with following: All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. 8-20.3(13) Illumination Systems 8-20.3(13)A Light Standards Section 8-20.3(13)A is supplemented with following: Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans and outlined in the Standard Specifications and these Special Provisions. Anchor bolts shall extend through the top heavy-hex nut two full threads to the extent possible while conforming to the specified base clearance requirements. Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance with Standard Specifications Sections 6- 03.3(33) and 8-20.3(4). The grout pad shall not extend above the elevation of the bottom of the base. The hand hole shall be located at 90 degrees to the luminaire arm on the side away from traffic. A grounding lug or nut shall be provided in the handhole frame or inside the handhole frame or inside the pole shaft to attach a ground bonding strap. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-138 September 2023 All poles and luminaire arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The Contractor shall provide a combination of digits and letters on each pole (per luminaire schedules on illumination plans), whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15-foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: • 3-inch square with gothic gold or white reflectorized 2-inch legend on a black background, or • 3-inch square with black 2-inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City of Renton Transportation Maintenance Manager. Cost for the decals shall be considered incidental to the contract bid. Install I.D tag on pole and in foundation per City of Renton Standard Plan 139. The pole shaft shall be provided with a 3" x 5" flush handhole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torqueing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-139 September 2023 and will not exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of the grout pad as shown on WSDOT Standard Detail J-28.40. 8-20.3(15) Grout Section 8-20.3(15) is supplemented with the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8-20.3(17) “As Built” Plans Section 8-20.3(17) is supplemented with the following: Upon completion of the construction, the Contractor shall furnish an “as-built” plans of each intersection showing all pole locations, junction boxes, miscellaneous equipment, conductors, cable wires up to the cabinets, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1-foot horizontal distance and 6 inches vertical distance above, below, or at the surface. 8-20.4 Measurement Section 8-20.4 is supplemented with the following: For all lump sum items listed section 8-20.5 Payment, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and install. Sawcutting required shall be incidental to lump sum items and no separate measurement will be made. Conduit zone bedding shall be incidental to the lump sum items and no separate measurement will be made. Removal, and salvage where required, of existing illumination shall be incidental to the lump sum items and no separate measurement will be made. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be incidental to the lump sum items and no separate measurement will be made. The cost of existing foundation removal, conduit boring, conduit trenching, backfilling, and compaction shall be included in the listed lump sums. All costs for adjustment of junction boxes, both to the final grade and any grade adjustments required for the various construction stages proposed in the Contract, or for alternative stages proposed by the Contractor, shall be included in the applicable lump sum contract price(s). Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-140 September 2023 8-20.5 Payment Section 8-20.5 is supplemented with the following: Payment will be made in accordance with the Special Provisions, Section 1-04.1, for each of the following bid items that are included in the proposal: "Illumination System Along Burnett between S 4th St & S 5th St, Complete", per lump sum. The unit Contract prices for above listed lump sum shall be measured for the total of all labor and equipment necessary for installation of complete permanent electrical systems. All items and labor necessary to supply, install, and test the electrical service connection, foundations, illumination poles, luminaires, potholing for foundations, conduit, wiring, junction boxes, excavation, trenching, backfill, compaction, removal of existing poles and foundations, removal of luminaires and associated electrical items, conduit/wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, coordination with local agencies, obtaining permits, electrical inspections, traffic control, providing uniform police officer control, as-built plans and all other components necessary to make a complete electrical systems, shall be included within the lump sum measurements. All painting of components shall be considered incidental to the lump sum measurement. Coordination with local agencies, testing and inspections shall be considered incidental to the bid items in this section and no additional compensation will be made. 8-21 PERMANENT SIGNING 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: (******) Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See Renton Standard Plans 127 and 128. Skip Center Line A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two-lane or three-lane, two-way highways. See Renton Standard Plan 109. Double Yellow Center Line Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. See Renton Standard Plan 109. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-141 September 2023 Approach Line A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. See Renton Standard Plan 109. Lane Line A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. See Renton Standard Plan 109. Two Way Left Turn Line A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. See Renton Standard Plan 109. Stop Line A SOLID WHITE line 16 inches wide, See Renton Standard Plan 128. Where existing markings will remain immediately adjacent to new markings of the same type, verify the existing markings match the standards described herein. If the existing markings are not standard notify the Engineer for a determination of how the new marking shall be made. 8-22.2 Materials Supplement this section with the following: (******) Paint lines shall be Low VOC Solvent Based Paint per standard specification 9-34. Thermoplastic lines and markings shall be Type A – liquid hot applied thermoplastic per standard specification 9-34. 8-22.3 Construction Requirements Section 8-22.3 is supplemented with the following: (******) Contractor shall notify the Engineer and request approval of the pre-mark channelization at least 48 hours prior to placement of pavement markings. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-142 September 2023 All Pavement markings on concrete intersections shall be 3M Stamark all-weather Tape 380AW and Contrast Tape 380AWE-5. Thermal plastic on Asphalt shall contain 3M 50/50 wet/dry elements. Temperature needs to be above 50 degrees and dry for a minimum of 48 hours before any markings can be applied. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) A manufacturer’s technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.3(6) Removing Pavement Markings Section 8-22.3(6) is supplemented with the following: (******) Existing pavement markings within the construction limits, including stop bars, tr affic arrows, lane markers, and raised pavement markers shall be removed prior to overlaying the roadway surface. All conflicting channelization shall be removed as necessary by sand blasting to install temporary pavement markings or after the final channelization has been installed. Removal of existing pavement markings shall be conducted using such methods to prevent damage to the remaining pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's. 8-22.4 Measurement Section 8-22.4 is revised and supplemented with the following: (******) Measurement for Remove and Replace Pavement Markings shall be per lump sum and shall be based on the percentage of total Work complete in conformance with the Contract Documents at the time of measurement. 8-22.5 Payment Section 8-22.5 is revised and supplemented with the following: (******) Payment for Remove and Replace Pavement Markings shall be full compensation for all material, equipment, tools, labor and all else necessary for and incidental to remove and re-establish existing pavement markings and channelization devices including but not limited to Shur-curbs in accordance with the plans and specifications. Removal of utility locate markings from sidewalks in the downtown area shall be included in this bid item. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-143 September 2023 The following is added as Section 8-30: 8-30 SITE FURNISHING (New Section) 8-30.1 Description This work consists of furnishing and installing benches, bike racks, and waste receptacles in accordance with the City of Renton Downtown Streetscape Design Standards and Guidelines and as specified herein. 8-30.2 Materials Bench shall be Victor Stanley RB-12 with center armrest (backless), 6’ length, with black powder coat finish. Bike Rack shall be Victor Stanley Oahu No-Scratch Circle Rack, stainless steel material with bead blast finish and santoprene TPV rubber bumpers on sides or approved equal per City of Renton Downtown Streetscape Design Standards and Guidelines. Waste Receptacle shall be Victor Stanley Ironsites SD-42, including high-density plastic liner, leveling feet, bolted-in-place “spherical dome” lid (without the swinging door), 3 in- line anchor holes, bottom plate cover and locking latch (keyed by the manufacturer to match all other recent downtown Victor Stanley installations) with Black powder coat finish or approved equal. All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be corrosion resistant, tamper resistant and stainless steel in accordance with manufacturer recommendation. Expansion bolts shall be stainless steel 4” minimum length per manufacturer recommendation. 8-30.3 Construction Requirements Contractor shall site furnishings in accordance with manufacturer’s recommendations. 8-30.4 Measurement Bench, bike rack, and waste receptacle shall be measured per each installed in its final location. 8-30.5 Payment Payment shall be made for the following bid item: “Bench”, per each. “Bike Rack”, per each. “Waste Receptacle”, per each. The unit Contract price for each site furnishing listed in this section shall be full pay for all Work to furnish and install the furnishing including coordinating with the city for the final installation location. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-144 September 2023 SECTION 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented with the following: CONDUIT SEALING Cabinet conduit sealing shall be one of the following: 1. Duo-fill 400 – self expanding waterproof foam 2. Jackmoon – Triplex Duct Plugs 3. O-Z Gedney – Conduit Sealing Bushings Mechanical plugs shall be installed per manufacturer’s recommendations. 9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes 29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per WSDOT Standard Plan J-40.10 and J-40.30. Junction boxes placed in the sidewalks shall have slip-resistant lids and frames. Non-Concrete Junction Boxes shall not be allowed on the project. Junction boxes shall be marked for use in accordance with the following schedule: System Type Legend Illumination LT. CONCRETE JUNCTION BOXES Both the slip-resistant lid and slip-resistant frame shall be treated with 3 Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse as 4 manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 5½ inch wide or less the slip- resistant treatment may be omitted on that portion 6 of the frame. The slip-resistant lid shall be identified with permanent marking 7 on the underside indicating the type of surface treatment (“M1” for Mebac#1; or 8 “S3” for SlipNOT Grade 3-coarse) and the year manufactured. The permanent 9 marking shall be 1⁄8 inch line thickness formed with a mild steel weld bead. 9-29.6 Light and Signal Standards 9-29.6(1) Steel Light and Signal Standards 9-29.6(1)A Decorative Luminaire Poles Section 9-29.6(1)A is added as follows: Decorative luminaire pole and its components (including decorative base cover, luminaire arms, and pole base plate) shall be per City of Renton Std. Plan 117.1. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-145 September 2023 Poles and components color shall be per these Special Provisions, Section 6-07.2 Materials. 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the following: Luminaire Performance specifications shall be as follows: Arterial Street & Arterial Pedestrian luminaires shall be by Cyclone per COR Standard Plans 117.1 and 117.2, respectively, LED type, wattages similar to the wattages shown in the luminaire schedules on the Plans. If alternate manufacturer is approved, the Contractor shall be responsible to verify the performance of the LED luminaires is adequate and complies with the City illumination standards (Collector Arterial roadways: average illumination of 1.2 ft-candles for intersections, 0.9 ft-candles for roadways, and 0.8 ft-candles for crosswalks all with 4:1 uniformity, and sidewalks shall have a minimum of 0.3 ft-candles at 6:1 uniformity) without modifying street light pole locations shown on the Plans. AGI32 files shall be provided, by the Contractor upon the request, by the Engineer. The luminaire housing shall be dome shaped and similar to dimensions as shown on COR Standard Plan 117.1 and 117.2, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. Lens module shall be clear tempered flat glass assembled on a cast aluminum lens frame, fitted with a silicon gasket compression system to attain an IP 66 rating. Upper housing shall have a 1 ½” hole predrilled at 5 ¾” from top of 4” tubing (upper housing) to accept 1” conduit that is party of the arm assembly. LED module shall be mechanically secured on a die cast aluminum heat sink, minimum 70 CRI, correlated color temperature to be 4000 Kelvin, Type III Optics. Individual LED chips or modules shall be removable by means of tool less access in the event they need to be replaced. LED driver not to exceed 750 MA. Driver module shall be auto adjustable 120-277VAC Class 1, wired at 240V, ROHS compliant assembled on a tool less removable tray with quick disconnects resisting to 221 Degrees F (105 C), high power factor of 90%. Minimum starting temperature shall be -40 degrees, maximum operating temperature of 130 Degrees F. On board thermal protection device reduces output current to 150mA if internal driver temperature (T-case) exceeds 185 Degrees F (85 C), provide 3-pole 10KV surge protector per IEEE/ANSI C62.41.2 C High. 3-Wire Terminal Block shall be affixed to the bottom of the driver module tray which is attached to the removable pole top cap, terminal block is pre-wired to driver module, provide UL, pertinent luminaire codification labels affixed to inside of the luminaire housing. The luminaire housing shall be dome shaped and similar to dimensions as shown on the Plans, made of cast or spun aluminum with tempered flat glass lens attached to a round cast aluminum lens frame with one or more latches to provide tool less access to the internal components, upper section shall be round aluminum tubing with shallow dome shaped top cap. Luminaire shall be IP66 certified and conform to UL 1598 standards or CSA certified. Special Provisions Burnett Avenue S. Sidewalk & Utility Replacement SP-146 September 2023 All decorative fixtures shall be of the same manufacturer and external appearance. All exposed hardware is stainless steel, textured finish on fixture and arm shall be per Section 6-07 of these Special Provisions. 23A City of Renton Special Provisions\ CITY OF RENTON STANDARD PLANS City of Renton Contract Provisions for Burnett Avenue S Sidewalk Retrofit Project ______________________________________________________________________________ APPENDIX B – City of Renton Standard Plans FACE OF CURB 6 112' ' 1/2" R. 1" R. 1:24 t TOP OF 112" R. ROADWAY I V ED T CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF ADJACENT CURB 6 1f2"-- FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 1:12 1:24 TOP OF 112" R. ROADWAY 1 DEPRESSED CURB SECTION AT SIDEWALK RAMPS w ' PREMOLDED JOINT FILLER E FULL -DEPTH EXPANSION JOINT 6" CEMENT CONCRETE 112" R. 1"R. SIDEWALK RAMP VARIES OR LANDING FROM ! 6"TOO S s" T 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS AND LANDINGS 6 112" ' FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 114 TOP OF 1/2" R. ROADWAY 2" i T DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1 P2' R. FACE OF ADJACENT CURB I GUTTER SURFACE u 6 112" 1" 1' R. FACE OF CURB 1" R. 8 114" 1" R. CEMENT CONCRETE i TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 TOP OF ROADWAY STD. PLAN — 101 a PUBLIC WORKS CEMENT CONCRETE CURBSDEPARTMENT NOfE2 X3/8 -R X 5/8"D DUMMY JOINT I I I I 3/8- PREMOLDED JOINT FILLER (TYP) I F V— 5 _ PLAN VIEW FACEOF FRAME A GRATECURBI_S FRANE60RATE 6 1/2" IL• 13" 51 2" 1• ( I.OB') FRAMEANDGRATE-NOTndwosa 1/2" R. 1' jR MATCHROADWAY Iry DDRB AND DUTIERSID rlEh1 SLOPE TOP OFI 1R2EOE69 ROADWAY D' D D D D.. D.'.' ADJUSTMENT SECTION -NOTINCLUDED D' e' INCURSANDOUTIERSIDIIEM CATCH RUN -NOTDICL DED D •'••' - INCURSANDOUTTERSIDREM SECTION O GENERAL NOTES: 1. The Intent of this design Is to facilitate the removal' of a catch basin with minimal disturbance of the curb x .i- 2. The expansion joints of the - i . I. adjacentsidawalkshall be adjusted to be In line with these curb expansion joints. j I sI SEE NOTE2 CEMENTCONCREIE CURS AND ODTTER I ISO 2IC VIEW CEMENT CONCRETE CURB SM. PLAN — IMA PUBLIC WORKS PRO D: INSTALLATION AT DEPARTMENT CATCH BASINS ADA s RAISED EDGE DETAIL 1 a sI DEWALK LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0" 11r R J01NTS TO INCLUDE RASED EDGE 318• (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLEON RDUt DING 2.0%1 tr2" (IN) R. (TYP.] FOR CURB pETA[LS r , SEE STD PLAN 101 er ' y r. STING ROADWAY CRUSHED ROCK BrLS SEE RAISED EDGE I SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL CUT SIDEWALK OMPACT TO 957, MODIFILU PROCTOR MIN. O SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER) TYPICAL. UNDER ALL CURB, V2" ( tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' ' v FOR CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS% SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,• i!' BASE, WHICHEVER IS GREATER (1YP. FOR ALL CURB b GUTTER). FINISHED GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF CONCRETE SURFACE ADJACENT TO CURB MIN 1, m 1 0• ROU DING R. ( TYR) FOR CURB DETAILS 1, 5% SEE STD PLAN 101 o a t s Fr• • BRI DGE OR PEDESTRIAN RAILING ADJACENT TO CURB FOR CURB CURSDETAILS WRIER - SEE SIDEWALK SEE $TD PLAN 101. STEEP FILL SLOPES) CONTRACT PLANS WALL OR BARRIER I 772' (IN) R. (TYP.) J I SIDEWALK FLUSH' 1. 5% t 1rz• M R. VERTICAL WALL - -- ' -. . - -- \Vr ti..f . •. SEE DETAIL 318• ( IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL a (IN) PREMOLDED JOINT FILLER FOR SIDE BUFFER STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE HER (SEE NOTE 10) SIDEWALK/ 12• ( IN) R. SECTIONS1 ( TYP ) FOR v 1.5% SEE STD PLAN 10.S 1. SX MIN. SEE STD PLAN 101 r 4`\\ f GROOMED FINISH OR MATCH E)(iST1NG e 4' M/IDE, SMOOTH Go TROWELED PERIMETER FINISHED GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING -FLUSH IF PAVED T CONCRETE CEMENTCONCRETECURB CURB ADJACENT TO BUFFER STRIP 0 CURB FOR CURB DETAILS D• SEE STD PLAN 101 r 5, z 1r8'TD 114' NOTES 1. Four feet of the sidewalk width shall be the minimum pedestrian CONTRACTION JOINT • . Al yam. aocessibTe route (aut) free of vertical IN RAG .' andhorizontalobstructions. Gratings, FULL - DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances within the sidewalk ` s'F 3W C CONTRACTION JOINT must be flush with surface, and match grade of the sidewalk. JOINT AND FINISH DETAIL 2. Monolithic Cement Concrete Curb and + Sidewalk is not permitted in new For other referenced NOTES see , construction. When replacement work STD PLAN 104.2, R •• necessitates a Monolithic Cement PREMOLAE ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD PLAN 102.1 as applicable. E FULL -DEPTH 3. Concrete to 6e 4,000 PSI. EXPANSION JOINT fthk SM PLAN - 109 PUBLIC WORKS CEMENT CONCRETE PPRQ • ED: DEPARTMENT SIDEWALK T ljZ_It]ra#'YA 104/ +7 NOTES' 1. Not used. 2. All ramp and landing edges shall be separately formed. Utilities structures that must remain are to be made non -slip or non-skid. 4. Utilities structures such as vaults and junction boxes shall not be located in the Pedestrian Access Route (PAR) of the Pedestrian Circulation Route, 5. Drainage appurtenances, such as manholes, catch basins, eic. shall not be located in the PAR. These should be located in the street or the buffer strip. 6. Accessible pedestrian access shall be provided for during construction. PUBLIC IVORKr I UTILITY PLACEMENT IN AN ) DEPAR?6!E\! CEMENT CONCRETE SIDEWALK STD. PLAN — L02.1 Gregg Lmmerman, PuGlk Warts Adminbvator r r EXISTING ASPHF PAVEMENT SAWCUT SEE NOTE 2) ARTERIAL STREET MINIMUM 7" HMA (or ACP Class B) SEE NOTE 1), OVER 6" CRUSHED ROCK RESIDENTIAL STREET MINIMUM 4" HMA (or ACP Closs B) SEE NOTE 1), OVER 6" CRUSHED ROCK NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF DAMAGED PAVEMENT. 1 THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT 'THE GUTTER FACE. SEE STANDARD PLAN FOR CEMENT CONCRETE CURBS. SM. PLAN - 109 PUBLIC WORKS CURB AND GUTTER PPRO D: DEPARTMENT REPLACEMENT DETAIL ii,, Z N CO ATE SEE 1piE 1 CE)gER R"'.S.V W. IM (v B CUMCVMI WfR31 SLOPE PYP.1 !SEE ND(E ]I 16' COIIIMCiiO O PO NI ''P IHIREBTB.PUIST PIAN VIEW I0 DVTERENCEWSLOPEl.4%- CEullWCRETESEIEWaIx v41E4 1>'Ei NOE 3)v lvu 3EE NOR3DYP1 6'MwtC!..=ETE 6.uw DEPRSSND'tflal DUTRR filofsvrix M'EV .SIO.:.0nrPI Rini I SECDON OA JfE 3TD. RAN 101, ID-RIT, aE16WMR WW M III \ pgryEWAY W' ITNE SLOPE 14lOPE 9NOWN FSAf.OfRAR01 __ _ \ IL 1. I ORMV/lYT 6. NN erN P • 6 _ SE NOB g®g PUBLIC WORKS DEPARTMENT TYPE RIB - ISOMETRIC VIEW RESIDENTIAL. WITH BUFFER( CEMEM CONCRETE CURIAGU TER INE NOR 31 CEMENT CONCRETE DRIVEWAY ENTRANCE - TYPE RIB For NOTES STD. PLAN 104.2 STD. PLAN - 104.3 PL[rCill Gregg Zimmerman, Public Warks Administrator 6AW t3EEWTEI SEE WYE II lavPAVED DRAEWAY REWIRED SY EYPMGLN Awi ILYF.1 SEE STO PUH 1111 CECDsE x la 1 6FE NOR E ls Z SEE 1piE 1 CE)gER R"'.S.V W. IM (v B CUMCVMI WfR31 SLOPE PYP.1 !SEE ND(E ]I 16' COIIIMCiiO O PO NI ''P IHIREBTB.PUIST PIAN VIEW I0 DVTERENCEWSLOPEl.4%- CEullWCRETESEIEWaIx v41E4 1>'Ei NOE 3)v lvu 3EE NOR3DYP1 6'MwtC!..=ETE 6.uw DEPRSSND'tflal DUTRR filofsvrix M'EV .SIO.:.0nrPI Rini I SECDON OA JfE 3TD. RAN 101, ID-RIT, aE16WMR WW M III \ pgryEWAY W' ITNE SLOPE 14lOPE 9NOWN FSAf.OfRAR01 __ _ \ IL 1. I ORMV/lYT 6. NN erN P • 6 _ SE NOB g®g PUBLIC WORKS DEPARTMENT TYPE RIB - ISOMETRIC VIEW RESIDENTIAL. WITH BUFFER( CEMEM CONCRETE CURIAGU TER INE NOR 31 CEMENT CONCRETE DRIVEWAY ENTRANCE - TYPE RIB For NOTES STD. PLAN 104.2 STD. PLAN - 104.3 PL[rCill Gregg Zimmerman, Public Warks Administrator IOy Nlreltl LF EO REM ANC ODES SOEWA MMPE;_ CMN^- _ VMffS!SEE NOtE I WINES. 4 18 Li UFPAVEA 1M111M1Mr KOImEo IORarYI1 K FAAMIONAM RYP.1 m-E'ICIwau NAWr RYPJ CEl1EM NIEEETA.P E0t1 %'I // \\ 9m R411Ef1 CONCREli Irw ERlI„CRIORR m NOTE E j PUBLIC WORKS CEMENT CONCRETE DRIVEWAY Elm DEPARTMENT ENTRANCE -TYPES C1 B, C213, C3B, and C-MAXB (WITH BUFFED For NOTES see STD PLAN 104.2 STD. PLAN - 104.4 i I I I P.L11 Gregg Zimmerman, Public Works Administrator I` VMFS _ Ea[I1 1q 4 In Y.l<6Ef IORarYI1 E, w OEPPESSEtJ CUX8E Wl1Ep- Irw ERlI„CRIORR Ivw lANsrWGIAH.gMi SEEMOTEICEMENitILWTTEEANlJNWIrHIAIIVLVgSEGUTTEA ISEE NOEE A E'tdllMCi10N JOWf jf W J 60Ewri:kwl0m! IKE SM PUN IEA PUN VIEW ITYPE CO SHOWN, CI 8 M IC -MM SIMIIARI SEE NOTE EI j PUBLIC WORKS CEMENT CONCRETE DRIVEWAY Elm DEPARTMENT ENTRANCE -TYPES C1 B, C213, C3B, and C-MAXB (WITH BUFFED For NOTES see STD PLAN 104.2 STD. PLAN - 104.4 i I I I P.L11 Gregg Zimmerman, Public Works Administrator I` VMFS _ Ea[I1 1q In Y.l<6Ef IORarYI1 E, w OEPPESSEtJ CUX8E Wl1Ep- Irw ERlI„CRIORR Ivw rSEE MOIEA E yr fYMMW nFf RVV.I 6ECTION O Ixe em µiir°iIIIrP1 60Ewri:kwl0m! r pwtwarw In mve alaaE laiare ervrolESlacEwE'Em _- ___ _ 16M Re£WAY IC ARI. 1r YN. SE tm O j PUBLIC WORKS CEMENT CONCRETE DRIVEWAY Elm DEPARTMENT ENTRANCE -TYPES C1 B, C213, C3B, and C-MAXB (WITH BUFFED For NOTES see STD PLAN 104.2 STD. PLAN - 104.4 i I I I P.L11 Gregg Zimmerman, Public Works Administrator PATCHED AREA i A q COVER COVER PER STD PLAN 401 SEE NOTE 9) SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER P L A N PATCHING NTS OUTSIDE DIAMETER OF SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2 X gOTTOM OF FRAME t---- MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE SEE NOTE 3 AND SPECIAL PROVISION NOTE 6. 7-05.3(1). SECTION A-A NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON. FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED. HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION STD. PLAN - 106 j PUBLIC WORKS TY'CAL CONSTRUCTION A ROVED: al' DEPARTMENT AND ADJUSTMENT OF flMANNOLERISER3 e o r>tor DA E 1 1 VARIES 1 1 MIN MIN MIN I MIN SPECIAL NOTE: T < } x , 4 IN THE EVENT TRANSVERSE PATCHES EXIST I ; WITHIN THE AFFECTEO STREET, THE LENGTH I I IOFTHEPATCHSHALLBEEXTENDEDTO INCLUDE ANY EXISTING PATCH WITHIN 10 j FEET OF THE EDGE OF THE PATCH REQUIRED iFORTHENEWCROSSINGANDANYf . . SUBSEQUENT PATCH EDGE WITHIN 70 FEE7 OF THE EDGE OF THE SECOND PATCH AND SO ON UP TO A TOTAL OF 300 FEET. I FACE OF GUTTER OR i I EDGE OF PAVEMENT k -=f-- a ; TRAFFIC FLOW 2" HMA I r a d` i i CENTER LINE ORILANELWE 2" TO 8" HMA i I 6.5' MIN. 2" DEPTH OF PLANING OR SAWCUT AND REMOVE VARIES: 6.5' MIN. DEPTH OF EXISTING PAVEMENT MIN I MIN VARIES { MIN I MINI 2" SAWCUT AND REMOVE OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2) AR-4000W EACH SIDE) 6" CRUSHED SURFACWG TOP COURSE (CSTC) 2" HMA 9-03.9(3)) PER WSDOT STANDARO SPECIFICATIONS, COMPACTED TO 95% MODIFIED PROCTOR. SAWCUT AFTER BACKFILL EACH SIDE) CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL 9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95% MODIFIED PROCTOR. WIDTH OF TRENCH AS RE UIRED BY SIZE OF PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL- SEE STANDARDNEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1. STANDARD SPECIFICATION 7-08.3(1)B TRENCH WIDTH FOR NOTES, SEE STANDARD PLAN 110.1 TYPICAL TRANSVERSE PATCH FOR p - 110 PUBLIC WORKS FLEXIBLE PAVEMENT OR RIGID F'}'R 'E;D DEPARTMENT u j,.,, PAVEMENT WITN OVERLAY r T FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE)2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE (CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE)2.0 YES YES YES POLYPROPYLENE PIPE (PP) - DUAL WALL 2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48 AM PDT PIPE ZONE BEDDING AND TRENCH BACKFILL FOR DUCTILE IRON WATER MAIN STD PLAN 110.1 WATER UTILITY ABDOUL GAFOUR 08/28/2023 5" HMA CLASS 1/2" PG 64-22 2 LIFTS 58H-22 o LANE ] LAt E LANE i f t ii 1 : f I f l j 4 INITIAL 2" DEEP SAWCUT OR GRIND, AND LIMIT OF FINAL OVERLAY. GRIND AND PAVE r FULL STREET WIDTH OVERLAY REQUIRED. J 'r t 1 J f/ t I ce: t(. p_. 2: t -, / . -I / t' If r .. }t , 1 i f 1` I t f EDGE OF EXISTING PAVEMENT 11 EDGE OF TRAVELED LANE (EDGE STRIPE) t VARIES: 4.5' MIN. (SEE STD PLAN 110.1)f I CENTER OF ANY MARKED LANE LINE, PROVIDE NEW CHANNELIZATION AFTER OVERLAY F t1 i r SECONDARY FULL DEPTH SAWCUT FOR 4 PROPOSED TRENCH t f I INITIAL 2" DEEP SAWCUT OR GRIND, AND f LIMIT OF FINAL OVERLAY. GRIND AND PAVE FULL STREET WIDTH OVERLAY REQUIRED CANE LAtV LANE r ___ _0 i __ FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1 3TD. PLAN - 110.2 PUBLIC WORKS REQUIRED SAWCUT, GRIND AND ppR' 'I,D: DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES Q - R PORTLAND CEMENT CONCRETE (PCC) SHALL MEET THE MATERIAL AND CONSTRUCTION REQUIREMENTS OF WSDOT STANDARD SPECIFICATION 5-05 SAW CUT SHALL BE VERTICAL SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LWES AND W STRAIGHT LINES EXISTING CONCRETE PAVEMENT s - SEE NOTES BELOW SEE WSDOT STANDARD i ` i ii'' I SPECIFICATION 5-01.3(6)6" AND NOTES BELOW MIN. 6" MIN.12' EXISTING COMPACTED BASE SIDE OF TRENCH Z MIN. SIDE OF TRENCH CSTC, BANK RUN GRAVEL FOR TRENCH BACKFlLL 9-03-9(3)), GRAVEL BORROW (9-03.14(1)) PER COMPACTED CRUSHED SURFACING WSDOT STANDARD SPECIFICATIONS OR NATIVE TOP COURSE. MATERI A IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95% MODIFIED PROCTOR. PANEL REPLACEMENT DETERMINATION NorEs: FULL CEMENT CONCRETE PANEL REPLACEMENT: t, rRnNsvERSE owrs FOR CEMENT CONCRETE SURFACE STREETS, THE 1/2" DIAM. X 18" 12" DOWEL BARS ON CENTER MEETING WSDOT STANDARD MINIMUM RESTORATION SHALL BE FULL PANEL SPECIFICATION 9-07.5. REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: 2. LONGITUDINAL JOINTS 5 TIE BARS X 30" 36" ON CENTER MEETING WSDOT STANDARD SPECIFICATION 9-07.6. CONDITIONS ADDITIONAL REQUIREMENTS 3. WHEN THE PCC PANEL IS LESS THAN 8" IN THICKNESS J 5 TIE BARS X 30" SHAL ALL BUS ROUTES BE USED. FOR TRANSVERSE JOINTS TIE BARS SHALL 8E ON 36" CENTERS WITH NO LESS THAN 2 BARS PER SIDE ON ALL INTERSECTIONS PLUS ONE PANE BEYOND THE SMALL REPAIRS OR REPLACEMENT CURB RETURN PANELS. 40 OR GREATER OF 4. TIE BARS AND CORROSION—RESISTANI EXISTING PANEL REMOVAL DOWEL BARS SHALL BE PLACED IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 5-05.3(10). EXCELLENT CONDITION (BASED ON VISUAL AND/OR 5. DOWELS SHALL NOT BE USED WHEN PCC NON—DESTRUCTION TESTING PANEL IS ESS THAN 8" IN THICKNESS. 6. NEW PCC PANEL SHALL MATCH PRINCIPAL, MINOR, COLLECTOR THICKNESS OF EXISTING CONCRETE ARTERIALS AND ALL STREETS PAVEMENT. IN CBD WITHOUT BUS ROUTES 7. FULL PCC PANEL REPLACEMENT IS NOT REQUIRED WHEN OVERLAID WITH ASPHALT PAVEMENT. TYPICAL PATCH FOR RIGID STD. PLAN - 111 PUBLIC WORKS pAVEMENT WITHOUT ASPHALT I'l'I'.C E;I) DEPARTMENT CONCRETE OVERLAY J(J - POLE ELEVATION FOUNDATION SHALL SUPPORT POLE SHOWN IN STANDARD PLAN 117.1A FOUNDATION, AND ANCHOR BOLT DETAILS PER STANDARD PLAN 117.1A j jjDocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT FOUNDATION DETAILS POLE ELEVATION POLE CHAMBER DETAIL jj jDocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT FOUNDATIONDETAILSPOLEELEVATION M LUMINAIRE ARM DETAILS LUMINAIRE ARM MOUNTING BRACKET DETAILS DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT R/W LINE SIDEWALK CURB Q ROADWAY CURB SIDEWALK R/W LINE 10' MIN. CLEARANCE FROM DRIVEWAY ALTERNATE PLAN VIEW H 25' 1 30' 35' 1I 18'-3" 23'-3" 28'-3" 33'-3" T 0.188 1 0.188 1 0.219 e IT' U. R/W LINE SIDEWALK CURB Q ROADWAY CURB SIDEWALK R/W LINE 10' MIN. CLEARANCE FROM DRIVEWAY ALTERNATE PLAN VIEW H 25' 1 30' 35' 40' SL 18'-3" 23'-3" 28'-3" 33'-3" T 0.188 1 0.188 1 0.219 0.219 TAPERED ALUM. POLE 'T' WALL ALLOY 6063—T6 SATIN GROUND FINISH HANDHOLE 4"n6" OPENING W/COVER & S.S. SCREWS GROUND LUG INSIDE POLE INSIDE POLE F1--6-- TRENCH DEPTH 24" TYPICAL STREET LIGHT FOUNDATION LOCATION 2' TO 4' OVERHANG I. H' SL' L L'I STREET LIGHT CONDUIT TRENCH DEPTH 24" ALTERNATE STREET CROSS SECTION t Y STD. PLAN — 124 PUBLIC WORKS LIGHT BASE AND JUNCTION BOX PROVED: DEPARTMENT LOCATION ftof FNT ATE BAND - OR MOUNTING ON EXISTING METAL POLE OR LUMINAIRE MIN. NOTES 1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE ASSEMBLED. 2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2 1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE SUBSTITUTED. SEE CONTRACT PLANS. 3. PERFORATED SQUARE STEEL POST SHALL MEET THE REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06. 4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-06 AND 9-28. EDGE OF TRAVELED ROADWAY 90-F,3C FOR REFLECTORIZED SIGNS: MOUNT FACING 3'(degree) OUTWARD IF SIGN IS WITHIN 30 FEET OF ROADWAY SIGN FACE ORIENTATION BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT ( ADOPTED ( /V nerc SIGN POST s LOWER SIGN e 5/16" (IN) CORNER BOLT IN) POST SUPPORT OR 3/6' FLANGED SHOULDER BOLT NTH NUT AND WASHERS 2 REQUIRED (TYP.) BOLT STOPGN POST TYPE ST -4 SIGN SUPPORT OST SUPPORT — 2.25" HOT—DIP GALV., ANCHOR ON CRE 1E MOUNTING ON METAL POST SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT ( ADOPTED ( /V nerc DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F 7/27/2022 | 5:44 PM PDT 1/8" 1/4" LOAD LINE i /a" FUSE KIT EPDXY FILL III INLINE SPLICE rnnvv rn i VVTL Dr-ul t SPLICE KIT S" FUSE KIT & SPLICE KIT DETAILS GARY p ADOPTED CITY OF RENTON OR STANDARD PLANS SEN ie IST DATE: 04/04 nwr NAAAF•..N11± CP PAf:F•.IM3 PRECAST BASE SECTION SEE NOTE 1 NOTES: 1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN IN THE PRECAST BASE SECTION, FIBERS (PLACED IN ACCORDANCE WITH STANDARD SPECIFICATION 9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH THE MINIMUM REQUIRED REBAR SHOWN IN THE ALTERNATIVE PRECAST BASE SECTION. WIRE MESH SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. 2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. 4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. 5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF 1H:24V OR STEEPER. 6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND FRAMES. 9.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. FRAME AND VANED GRATE RECTANGULAR ADJUSTMENT SECTION 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP*, STD. SPEC. 9-05.20 12" SOLID WALL PVC, STD. SPEC. 9-05.12(1)15" PROFILE WALL PVC, STD. SPEC. 9-05.12(2) 15" CORRUGATED POLYETHYLENE STORM SEWER PIPE 26", S E E N O T E 6 22SE E N O T E 6 3"4"44" 21" MIN.4" MI N. (T Y P.)3 BAR EACH SIDE 3 BAR EACH WAY 3 BAR EACH CORNER 3 BAR EACH CORNER 18" MIN.3 BAR HOOP ALTERNATIVE PRECAST BASE SECTION CATCH BASIN TYPE 1 STD. PLAN - 200. 00PUBLIC WORKS DEPARTMENT APPROVED: DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/ NOTES: 1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS. 2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 3.THE RECTANGULAR FRAME AND GRATE MUST BE INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE CAST INTO THE ADJUSTMENT SECTION. 4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET IN MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF THE SAME MATERIAL AS THE CONNECTING PIPE. 7.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. CATCH BASIN FRAME AND VANED GRATE PER STD. PLAN 204.00 RECTANGULAR OR CIRCULAR ADJUSTMENT SECTION (TWO SECTIONS MAX.) MORTAR, (TYP.), SEE NOTE 5 FLAT SLAB TOP SEE NOTE 6, TYP. REINFORCING STEEL, (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING PER WSDOT STD. SPECIFICATION SECTION 9-03.12(3) INTEGRAL BASE PRECAST WITH RISER STEPS OR LADDER 4" MIN. 16" MAX.28" MAX. 48", 54", 60", 72", 84", 96", 120" OR 144" 12" (TYP.) 24" MIN. 12" MAX. 1" MIN. 2.5" MAX. 12" 6" 15' MAX. FOR MAINTENANCE SEPARATE BASE PRECAST O" RING 12" 6" CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER MIN. WALL THICKNESS MIN. BASE THICKNESS MAXIMUM KNOCKOUT SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS 48"4"6"36"8" 54"4.5"8"42"8" 60"5"8"48"8" 72"6"8"60"12" 84"8"12"72"12" 96"8"12"84"12" 120"10"12"96"12" 144"12"12"108"12" PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 1 SOLID WALL PVC 2 PROFILE WALL PVC 3 48"24"30"24"30"30" 54"30"36"30"36"36" 60"36"42"36"42"42" 72"42"54"42"48"48" 84"54"60"54"48"48" 96"60"72"60"48"48" 120"66"84"60"48"48" 144"78"96"60"48"48" 1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20) 2 STD. SPEC. 9-05.12(1) 3 STD. SPEC. 9-05.12(2) CATCH BASIN TYPE 2 STD. PLAN - 201.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT FRAME AND VANED GRATE ADJUSTMENT SECTION NOTES: 1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER, DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3. 2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED. 3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT. 4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND. 5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR. 6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3. 7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD SPECIFICATION 9-20.3(2). 8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS. 9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. BASE SECTION SEE NOTE 4 CLEAN SURFACE AND BOTTOM AREA. PROVIDE UNIFORM CONTACT. THE SURFACE AREA OF THE BASE SECTION MUST BE MORTARED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION CATCH BASIN INSTALLATION STD. PLAN - 202.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: 1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE STANDARD PLANS 204.10, 204.20, AND 204.30.2. BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT- DOWN HOLES VARIES BY MANUFACTURER.3. REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. GRATE FRAME SEE NOTE 2 RECESSED ALLEN HEAD CAP SCREW 5/ 8" - 11 NC x 2"SECTION A DETAIL TOP ISOMETRIC VIEW BOLT- DOWN HOLE (TYP.) ~ 5/8",11 NC, SEE DETAIL AND NOTE 2 29 1/4"25 1/4"SECTION BOLT-DOWN DETAIL 24 1/4"SEE DETAIL 3/ 4"4 1/2"1 5/8"2 1/2"1 5/8"1 1/4"3/ 4"7/ 8"1/ 8"ARECTANGULAR FRAME STD. PLAN - 204.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin PastuchaPublic Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/ 19/2022 | 2:52 PM PDT NOTES: ISOMETRIC SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" DIRECTION OF FLOW 24" 7 OR 8 EQUAL SPACES 1 5/8" MAX. A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR VANED GRATE STD. PLAN - 204.20 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT ISOMETRIC NOTES: SECTION B TOPFOUNDRY NAMEDIFLOW SECTION A 1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY MANUFACTURER. 2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS. 3.USE ONLY IN SAGS ON VERTICAL CURVES. 4.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00. FLOWFLOWBOLT-DOWN SLOT DETAIL SEE NOTE 1 1/2" 3/4" 1 1/4" 5/8" BOLT-DOWN SLOT, SEE DETAIL AND NOTE 1 20" 5" 5" 5" 3" 1" 3" 5" 5" 5" 24" 1 5/8" MAX. 4 EQUAL SPACES 4 EQUAL SPACES A BOUTFALL TO STREAM DUMP NO POLLUTANTS 3/8" RECESSED LETTERING RECTANGULAR BI-DIRECTIONAL VANED GRATE STD. PLAN - 204.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT COVER SECTION VIEW ASTM A48 CL35B00371780MO/ DA/YR X3717C1PTEON BOLTING DETAIL GASKET GROOVE DETAIL FRAME SECTION VIEW COVER BOTTOM VIEW PLAN VIEW DRAINIFCOMADEINUSA EJIW DUMPNO P OL LU T A N T S - DRAINS T O S T REAMR E N T O N NOTES:1.ALL COVERS SHALL BE LOCKING LID PER EJ No. 3717C1 OR APPROVED EQUAL.1/2" LETTERING BOLT HOLES - 3 PLACES EQUALLY SPACED 120° APART ON 23 1/16" DIA. B. C.1 1/4" LETTERING 1) 1" DIA. PICKHOLE 25" DIA.3/ 4"1"2 1/ 2"8 3/4"TYP.) 3) BLT SOC. (ALLEN HEAD)5/8"-11 x 1.5 SS RUBBER WASHER 5/ 8"25 1/4" DIA.26 1/2" DIA.23 3/8" DIA. CL OPEN 27 5/16" DIA.34 1/ 8" DIA.1 1/16"6"1/8" 1/4" 1 1/16"R1/8" 1/4" DIA. NEOPRENE GASKET STORM ROUND FRAME AND COVER PUBLIC)STD. PLAN - 204. 50PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/ 5" ECCENTRIC CONE SECTION 72" FLAT SLAB TOP RECTANGULAR ADJUSTMENT SECTION CIRCULAR ADJUSTMENT SECTION PREFABRICATED LADDER STEP 84" or 96" FLAT SLAB TOP NOTES: 1.AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS. 48", 54", or 60" FLAT SLAB TOP 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 6 BARS @ 7" SPACING 12" 2" (TYP.) 1" MIN. 2 1/2" MAX. 12" (TYP.) 12" 9" 6" 48" MAX. 24" MIN. 5 BARS @ 6" SPACING 20"x24", 24" DIA., 48" DIA., OR 54" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. TYPICAL ORIENTATION FOR ACCESS AND STEPS 6" 9 1/2" MAX. 12" MIN. 48" MIN. 24" MIN. 18" MIN. 42" MAX. 4 BARS @ 6" SPACING 20"x24" OR 24" DIA. HOLE 8" 2" (TYP.) 1" MIN. 2 1/2" MAX. 34" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 34" 24" 30 20 5" 5" 1", 2", 4", 6", 12", OR 24" ONE #3 BAR HOOP FOR 6" HEIGHT INCREMENT (SPACED EQUALLY), SEE NOTE 1 1", 2", 4", 6", 12", OR 24" MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STD. PLAN - 204.60 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT NOTES: SECTION VIEW ISOMETRIC VIEW DRAINAGE GRATE TRIM GRATE FRAME FILTERED WATER SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE 1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. 5" MAX. CATCH BASIN INSERT STD. PLAN - 216.30 PUBLIC WORKS DEPARTMENT APPROVED: DATEGreggZimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 9/28/2018 | 9:45 AM PDT RIGID PIPE NOTES: 1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION ZONE SHALL BE THE WALLS OF THE TRENCH. 2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE OUTSIDE SPAN OF PIPE-ARCH. 3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 5.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) CIRCULAR PIPE FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 SPAN 6" PIPE - ARCH 6" PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? CORRUGATED STEEL PIPE 2.0 YES YES YES SPIRAL RIB STEEL PIPE 2.0 YES YES YES PLAIN CONCRETE PIPE (PCP) 2.0 NO YES NO REINFORCED CONCRETE PIPE RCP) 1.0 YES YES NO DUCTILE IRON PIPE 1.0 YES YES YES FOUNDATION LEVEL RISE TRENCH WIDTH, SEE NOTE 3 CIRCULAR PIPE DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" PIPE-ARCH SPAN MINIMUM DISTANCE BETWEEN BARRELS 18" TO 36"12" 43" TO 142"SPAN / 3 148" TO 199"48" TRENCH WIDTH, SEE NOTE 3 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 5 PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 4 PIPE ZONE BEDDING AND COMPACTION - RIGID PIPE STD. PLAN - 220.00 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/19/2022 | 2:52 PM PDT FLEXIBLE PIPE NOTES: 1.PROVIDE UNIFORM SUPPORT UNDER BARRELS. 2.HAND TAMP UNDER HAUNCHES. 3.DIRECTLY OVER PIPE, HAND TAMP ONLY. 4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR TRENCH WIDTH. 5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY. 6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA SPECIFICATIONS SECTION 9-03.17. SEE NOTE 4, LIMIT OF PIPE ZONE 6" O.D. 6" FOUNDATION LEVEL PIPE ZONE BEDDING AND BACKFILL, SEE NOTE 5 FLEXIBLE PIPE PIPE TYPE MINIMUM COVER (FT)PUBLIC?PRIVATE? ALLOWED IN ZONE 1 OF THE APA? LINE CORRUGATED POLYETHYLENE PIPE (LCPE)2.0 YES YES YES CORRUGATED POLYETHYLENE PIPE (CPE) - TRIPLE WALL 2.0 YES YES YES POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE)2.0 YES YES YES POLYPROPYLENE PIPE (PP) - DUAL WALL 2.0 YES YES YES DIAMETER MINIMUM DISTANCE BETWEEN BARRELS 12" TO 24"12" 30" TO 96"DIAMETER / 3 102" TO 180"48" GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3)) OR MAINTENANCE ROCK (WSDOT 9-03.9(4)) FOUNDATION MATERIAL, IF REQUIRED, SEE NOTE 6 PIPE ZONE BEDDING AND COMPACTION - FLEXIBLE PIPE STD. PLAN - 220.10 PUBLIC WORKS DEPARTMENT APPROVED: DATEMartinPastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108 8/13/2020 | 8:48 AM PDT TESTING CONNECTION 10'± TEMPORARY BLOCKING POLYPIG STATION PER STD PLAN 300.7 (1) VERTICAL CROSS (MJxFL) (1) BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG (1) BLIND FLANGE ON BOTTOM (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH TEMPORARY THRUST BLOCKING FINAL CONNECTION NEW DI WATER MAIN UPON COMPLETION OF POLYPIGGING, HYDROSTATIC TESTING, AND DISINFECTION, REMOVE TEMPORARY THRUST BLOCKING AND TEMPORARY BLOW-OFF ASSEMBLIES FINAL CONNECTION (BY CITY FORCES) (1) DI SPOOL (1) LONG BODY DI SLEEVE (MJ) EXISTING TEE, CAP, PLUG, OR DEAD END LINE, DO NOT DISTURB BLOCKING EXISTING WATER MAIN NEW DI WATER MAIN NOTES: 1.ALL CONNECTIONS TO EXISTING WATER MAINS WILL BE CONDUCTED BY CITY FORCES AS SPECIFIED IN SECTION 5-14.2 OF THE CITY OF RENTON WATER UTILITY CONSTRUCTION STANDARDS 2.LONG BODY DI SLEEVE FOR CONNECTION FROM DI TO DI PIPE AND FROM DI TO CI PIPE WITH SAME OUTSIDE DIAMETER 3.LONG BARREL COUPLING FOR CONNECTION FROM DI TO CI PIPE WITH DIFFERENT O.D. AND FROM DI TO AC OR TO STEEL PIPE PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONNECTION TO WATER MAIN EXISTING TEE OR END LINE CAP STD. PLAN - 300.4 6/28/2023 TESTING CONNECTION 8'± TEMPORARY BLOCKING EXISTING WATER MAIN POLYPIG STATION PER STD PLAN 300.7 (1) VERTICAL CROSS (MJxFL) (1) BLIND FLANGE ON TOP WITH 2" TAP AND 2" PLUG (1) BLIND FLANGE ON BOTTOM (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH TEMPORARY THRUST BLOCKING CONNECTION TO EXISTING MAIN (BY CITY APPROVED WET TAP CONTRACTOR) (1) TAPPING TEE (FL) PER STD PLAN 300.6 (1) TAPPING GATE VALVE (FLxMJ) (1) PLUG (MJ) WITH 2" TAP AND TEMPORARY BLOW-OFF ASSEMBLY WITH CONCRETE THRUST BLOCKING PER STD PLAN 330.1 FINAL CONNECTION NEW DI WATER MAIN UPON COMPLETION OF POLYPIGGING, HYDROSTATIC TESTING, AND DISINFECTION, REMOVE TEMPORARY THRUST BLOCKING AND TEMPORARY BLOW-OFF ASSEMBLIES FINAL CONNECTION (BY CITY FORCES) (2) DI SPOOLS (1) LONG BODY DI SLEEVE (MJ) NEW DI WATER MAIN 3 x ID MIN NOTES: 1.ALL CONNECTIONS TO EXISTING WATER MAINS WILL BE CONDUCTED BY CITY FORCES AS SPECIFIED IN SECTION 5-14.2 OF THE CITY OF RENTON WATER UTILITY CONSTRUCTION STANDARDS 2.LONG BODY DI SLEEVE FOR CONNECTION FROM DI TO DI PIPE AND FROM DI TO CI PIPE WITH SAME OUTSIDE DIAMETER PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONNECTION TO WATER MAIN TAPPING TEE AND VALVE STD. PLAN - 300.5 6/28/2023 NOTES: 1.WET TAPPING OF EXISTING WATER MAINS SHALL BE PERFORMED BY A CITY APPROVED WET TAP CONTRACTOR (SPEER TAPS, INC., LEGACY TAPPING, INC. OR OTHER FIRM APPROVED BY CITY ENGINEER). 2.CONTRACTOR SHALL POTHOLE AND VERIFY THE HORIZONTAL AND VERTICAL ALIGNMENT OF EXISTING WATER MAIN AND SHALL LAY THE NEW WATER MAIN TO MATCH. 3.TAPPING TEE SHALL BE STAINLESS STEEL OR STEEL WITH FULL CIRCLE SEAL WITH CORTEN OR STAINLESS STEEL NUTS AND BOLTS. 4.ALL TEES AND VALVES SHALL BE WATER TESTED BEFORE TAPPING OR ASSEMBLY SEALS SHALL BE TESTED VIA AIR PRESSURE AFTER THE TAPPING SLEEVE IS INSTALLED TO THE MAIN AND THE TAPPING VALVE IS INSTALLED. 5.TAPPING TEES MAY BE SIZE-ON-SIZE, PROVIDED THE SHELL CUTTER DIAMETER IS AT LEAST 2" SMALLER THAN THE EXISTING MAIN DIAMETER. 6.TAPPING TEES SHALL NOT BE INSTALLED ON STEEL OR ASBESTOS CEMENT WATER MAINS. COMPACTED BEDDING GRAVEL PER SECTION 9-03.12(3) OF THE WSDOT STANDARD SPECIFICATIONS CONCRETE SUPPORT BLOCKS CONCRETE BLOCKING PER STD PLAN 330.1 MAIN NEW WATER MAIN ELEVATION PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator TAPPING TEE STD. PLAN - 300.6 6/28/2023 NOTES: 1.THE BACKFLOW PREVENTION ASSEMBLY AND SUPPLY HOSE MUST BE DISCONNECTED DURING HYDROSTATIC PRESSURE TESTING OF THE NEW WATER MAIN. 2.POLYPIG AND ALL DEBRIS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS VIA SANITARY METHOD PRIOR TO DISINFECTION OF NEW WATER MAIN. 3.UPON REMOVAL OF POLYPIG, REMOVE TEMPORARY BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG. 4.THE NEW WATER MAIN SHALL BE CONNECTED TO THE EXISTING SYSTEM ONLY AFTER NEW WATER MAIN IS POLYPIGGED, DISINFECTED AND SATISFACTORY BACTERIOLOGICAL SAMPLE RESULTS ARE OBTAINED. 5.THE INTERIORS OF ALL PIPES AND FITTINGS TO BE USED IN FINAL CONNECTION MUST BE SWABBED OR SPRAYED WITH A 5-6% AVAILABLE CHLORINE SOLUTION. NEW DI WATER MAIN NSF 61 SUPPLY HOSE METERED BACKFLOW ASSEMBLY (TO BE OBTAINED FROM CITY) (1) 2 1 2" CONTROL VALVE (1) CONSTRUCTION METER (1) RPBA METER SUPPORT (BY CONTRACTOR) HYDRANT ON EXISTING WATER MAIN POLYPIG TEMPORARY BLOW-OFF ASSEMBLY (1) 2" GALVANIZED PIPE (1) 2" 90° BEND (1) 2" GATE VALVE POLYPIG STATION (1)VERTICAL CROSS (MJxFL), SIZE TO MATCH WATER MAIN (1)BLIND FLANGE WITH 2" TAP ON TOP OF CROSS (1)TEMPORARY BLOW-OFF ASSEMBLY (1)BLIND FLANGE ON BOTTOM OF CROSS (1) PLUG (MJ) ON END OF CROSS WITH TEMPORARY THRUST BLOCKING TEMPORARY BLOCKING PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator POLYPIGGING NEW WATER MAINS STD. PLAN - 300.7 6/28/2023 CL A HYDRANT COMPRESSION TYPE HYDRANT (SEE APPROVED MATERIALS LIST) WITH 6" MJ INLET WITH LUGS, 5 1 4" MVO, 1 1 4" PENTAGON OPERATING NUT, TWO (2) 2 1 2" NST HOSE NOZZLES, AND 4.875" SST PUMPER NOZZLE EQUIPPED WITH 5" STORZ ADAPTER AND 1/8" STAINLESS STEEL CABLE, WITH EXTENSION IF NECESSARY. TEE MAIN LINE TEE WITH 6" FLANGE SIDE OUTLET VALVE 6" GATE VALVE (FLxMJ) VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 PIPE CLASS 52 DI, LENGTH TO FIT JOINT RESTRAINT MECHANICAL JOINT RESTRAINT WITH CONCRETE BLOCKING OR (2) 3/4" CORTEN STEEL TIE RODS GRAVEL 1 1 4" WASHED DRAIN ROCK, MINIMUM 1' ABOVE BOOT FLANGE WITH 8-MIL POLYETHYLENE SHEETING AROUND TOP AND SIDES OF GRAVEL CONCRETE BLOCK MINIMUM 16"x8"x4" CONCRETE BLOCKS UNDER FIRE HYDRANT AND GATE VALVE BLOCKING CONCRETE BLOCKING PER STD PLAN 330.1 SHEAR BLOCK 4'x4'x6" CONCRETE SHEAR BLOCK AROUND FIRE HYDRANT, SEE STANDARD DETAIL 310.2 PAVEMENT MARKER BLUE REFLECTIVE PAVEMENT MARKER PER STD PLAN 310.3 BE K MAIN ROADWAY OR NEAREST LANE CHANNELIZATION1' MIN A1' MIN 4"4" MINIMUM F MATERIALS NOTES: 1.FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF SAFETY YELLOW DTM ACRYLIC GLOSS OR ENAMEL PAINT. 2.PUMPER NOZZLE TO FACE ROADWAY OR AS DIRECTED BY RRFA. 3.A MINIMUM 3' RADIUS UNOBSTRUCTED WORKING AREA SHALL BE PROVIDED AROUND THE OUTSIDE OF THE HYDRANT. H H J G D C I B C D E F G H I J K F PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator FIRE HYDRANT ASSEMBLY STD. PLAN - 310.1 6/28/2023 BLUE REFLECTIVE PAVEMENT MARKER, STIMSONITE MODEL C88 OR EQUAL, PLACED 4" FROM ROADWAY CENTERLINE AS INDICATED BELOW TWO LANE ROAD OFFSET MARKER ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAJOR STREET, THE MARKER SHALL BE INSTALLED ON THAT MAJOR STREET FOUR LANE ROAD OFFSET MARKER FIVE LANE ROAD OFFSET MARKER 4"0.7" MARKERMARKER MARKER MARKER PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator FIRE HYDRANT ASSEMBLY PAVEMENT MARKER STD. PLAN - 310.3 6/28/2023 CORPORATION STOP 1" BALL CORPORATION STOP WITH BALL VALVE, AWWA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET, FORD FB1000-4-Q-NL OR A.Y. MCDONALD 74701BQ TUBING 1" TYPE "K" SOFT COPPER TUBING METER SETTER 1" SETTER, QUICK JOINT INLET AND OUTLET, PADLOCK WINGS ON INLET ANGLE BALL VALVE, SINGLE CHECK VALVE ON OUTLET, FORD VBH74-15W-44-44-Q-NL, A.Y. MCDONALD 721-415WCQQ 44, OR MUELLER B-24701-6AN, INSTALL CENTERED AND SQUARED IN METER BOX, PROVIDE ADAPTERS FOR 5/8"x3/4" METERS WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE PROVIDED BY THE CITY METER BOX METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ "RENTON WATER" COUPLER AND PLUG COUPLER (PACK JOINT x PACK JOINT), FORD C4#-4#-Q-NL, WITH 1" GALVANIZED PLUG IF SERVICE LINE TO PROPERTY IS TO BE INSTALLED IN THE FUTURE GRAVEL 1 1 4" WASHED GRAVEL PROPERTY LINECITY PIPING PIPING PRIVATE F BCB A D E FINISHED GRADE SIDEWALK 9" TO 12" IN UNIMPROVED ROW, INSTALL METER BOX AT PROPERTY LINE WITH 1" COPPER TAILPIECE 21" TO 30" LOOP DOWN TO CENTERLINE OF WATER MAIN TO PROVIDE SLACK IN SERVICE LINE TO METER 22 1 2° 24" TO 30" MAIN 12"PROPERTY LINEA MATERIALS B C D E F G G PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1" WATER SERVICE STD. PLAN - 320.1 6/28/2023 A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.7 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.7 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 VALVE BOX AND LID PER STD PLAN 330.7 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L PROPERTY LINEPROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30"12" IN UNIMPROVED ROW INSTALL METER BOX AT PROPERTY LINE WITH 12" COPPER TAILPIECE CITY PIPING PIPING PRIVATE A B C D G H I JK F L M MAIN MATERIALS 1 1/2" SERVICE 2" SERVICE 9" TO 12" F E M PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN PLANTING STRIP STD. PLAN - 320.2 6/28/2023 PROPERTY LINEFINISHED GRADE SIDEWALK 21" TO 30"24" TO 30" CITY PIPING PIPING PRIVATE D G H I JK 9" TO 12" 12" M L A B C MAIN F A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT) PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.7 2" GATE VALVE (FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER STD PLAN 330.7 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 VALVE BOX AND LID PER STD PLAN 330.7 COUPLING 2" x 1 1 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C44-76-Q-NL OR EQUAL 2" BRASS COUPLING (MIPT x PACK JOINT), FORD C84-77-Q-NL OR EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-66-Q-NL OR L41-66-Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR PACK JOINT x FIPT), FORD L44-77-Q-NL OR L41-77-Q-NL OR EQUAL METER SETTER 1 1 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (1 1 2"), BYPASS NOT PERMITTED ON IRRIGATION METERS 2" VERTICAL METER SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE ON BYPASS WITH PADLOCK WINGS, FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER B-2427N (2"), BYPASS NOT PERMITTED ON IRRIGATION METERS METER SPREADER 13 3 16" RIGID METER SPREADER (TEMPORARY)17 3 16" RIGID METER SPREADER (TEMPORARY) WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE SUPPLIED AND INSTALLED BY CITY FORCES METER BOX 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" 17"X30" METER BOX, ARMORCAST A6001640PCX18, WITH METER BOX LID, ARMORCAST A6001947RCI-H7, TO READ "RENTON WATER" COUPLER 1 1 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED 2" COUPLER (PACK JOINT x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED CRUSHED ROCK BASE TO SUPPORT METER BOX, METER BYPASS TO BE EXPOSED B C D E F G H I J K L MATERIALS 1 1/2" SERVICE 2" SERVICE M E PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 1 1 2" AND 2" WATER SERVICE IN ROW BEHIND SIDEWALK STD. PLAN - 320.3 6/28/2023 NOTES: 1.MINIMUM BEARING AREA MUST BE ADJUSTED FOR PIPE SIZE, PRESSURE, AND SOIL CONDITIONS. 2.FITTINGS SHALL BE POLYWRAPPED PRIOR TO POURING CONCRETE BLOCKING. 3.CONCRETE BLOCKING SHALL BE CAST IN PLACE AND SHALL HAVE A MINIMUM OF 0.25 SF BEARING AREA AGAINST THE FITTING. 4.CONCRETE BLOCKING SHALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP OR DISMANTLING JOINT. 5.CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO WITHSTAND FULL HYDROSTATIC TEST PRESSURE AS WELL AS TO CONTINUOUSLY WITHSTAND OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE. 6.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 7.IN MUCK OR PEAT, ALL THRUSTS SHALL BE RESTRAINED BY PILES OR TIE RODS TO SOLID FOUNDATION OR MUCK OR PEAT SHALL BE REMOVED AND REPLACED WITH BALLAST OF SUFFICIENT STABILITY TO RESIST THRUST. 8.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM BEARING AREA AGAINST UNDISTURBED SOIL (SF) * PIPE SIZE PRESSURE (PSI) 4"200 300 2/(1) 3/(2) 1/(NONE ) 2/(2) 1/(NONE ) 2/(1) NONE 1/(1) NONE NONE 6"200 300 4/(3) 6/(4) 3/(2) 4/(3) 3/(1) 3/(2) 1/(1) 2/(1) 1/(NONE ) 1/(NONE ) 8"200 300 7/(5) 11/(8) 5/(3) 8/(5) 4/(3) 6/(4) 2/(2) 3/(2) 1/(1) 2/(1) 10"200 275 11/(8) 16/(11) 8/(6) 11/(7) 6/(4) 9/(6) 3/(2) 5/(3) 2/(1) 3/(2) 12"200 250 16/(11) 24/(16) 11/(8) 17/(11) 9/(6) 13/(9) 5/(3) 7/(5) 3/(2) 4/(3) 14"200 250 22/(13) 33/(22) 16/(11) 23/(16) 12/(8) 18/(12) 6/(4) 9/(6) 3/(2) 5/(3) 16"200 225 29/(19) 32/(21) 21/(14) 23/(16) 16/(11) 17/(12) 8/(6) 9/(6) 5/(3) 5/(3) 18"200 36/(24)26/(17)20/(13)10/(7)5/(4) 20"200 45/(29)32/(21)24/(16)13/(8)7/(4) 24"200 64/(43)46/(30)35/(23)18/(12)9/(6) * VALUES BASED ON SAFE BEARING LOAD OF 2,000/(3,000) PSF SOIL TYPE SAFE BEARING LOAD (PSF) MUCK OR PEAT 0 SOFT CLAY 1,000 SAND 2,000 SAND AND GRAVEL 3,000 CEMENTED WITH CLAY 4,000 HARD SHALE 10,000 E B D A C B A B C D E 11 1 4° BEND 22 1 2° BEND 45° BEND90° BEND CAP / PLUG TEE PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING FOR HORIZONTAL FITTINGS STD. PLAN - 330.1 6/28/2023 NOTES: 1.CONCRETE BLOCKING SIZES BASED ON 200 PSI HYDROSTATIC PRESSURE AND 3,000 PSI CONCRETE. 2.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4. 4.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING. 5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM 3' COVER. 6.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM DIMENSIONS PIPE SIZE BEND VOLUME (CF)A D *L 4" 11 1 4°8 2.0'3 4"1.5' 22 1 2°11 2.2' 3 4"2.0' 45°30 3.1' 6" 11 1 4°11 2.2' 3 4"2.0'22 1 2°25 2.9' 45°68 4.1' 8" 11 1 4°16 2.5' 3 4"2.0'22 1 2°47 3.6' 45°123 5.0' 12" 11 1 4°32 3.2' 3 4" 2.0' 22 1 2°88 4.5'3.0' 45°232 6.1'2.5' 16" 11 1 4°70 4.1'1"3.0' 22 1 2°184 5.7' 1 1 8"4.0' 45°478 7.8' 20" 11 1 4°91 4.5' 1 1 4" 3.0' 22 1 2°225 6.1' 4.0' 45°560 8.2' 24" 11 1 4°128 5.0'1 1 4"3.5' 22 1 2°320 6.8' 1 3 8"4.5' 45°820 9.4' * D = ANCHOR ROD DIAMETER 45° BEND L L A A A A L L 11 1 4° AND 22 1 2 ° BENDS PIPE CLAMP AND ANCHOR ROD PIPE CLAMP AND ANCHOR ROD PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING FOR VERTICAL FITTINGS STD. PLAN - 330.2 6/28/2023 NOTES: 1.NO CHANGE IN PIPE DIRECTION OR DIAMETER SHALL OCCUR WITHIN 36' OF THE VERTICAL BEND. BENDS, TEES, REDUCERS, ETC. BEYOND THE 36' LIMIT MAY BE RESTRAINED BY STANDARD CONCRETE BLOCKING PER STD PLANS 330.1 AND 330.2. 2.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING. 3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4. 4.JOINT RESTRAINT SHALL BE MEGALUG SERIES 1100 OR EQUAL. 5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO MINIMUM 3' COVER. 6.90° VERTICAL BENDS SHALL ONLY BE INSTALLED WHERE GIVEN PRIOR APPROVAL BY THE CITY. 7.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT ALLOWED. 8.BACKFILL TRENCH BEYOND 90° VERTICAL BLOCK WITH CRUSHED SURFACING TOP COURSE MATERIAL COMPACTED TO 95% MDD. CRUSHED BACKFILL SHALL EXTEND 20' BEYOND BLOCK OR TO FIRM BEARING TRENCH WALL, WHICHEVER IS LESS. 9.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS. MINIMUM DIMENSIONS PIPE SIZE BEND VOLUME (CF)A D *L 4" 11 1 4° BLOCKING NOT REQUIRED22 1 2° 45° 90°16 2.5'3 4"2.0' 6" 11 1 4° BLOCKING NOT REQUIRED 22 1 2° 45°13 2.3'3 4"2.0' 90°43 3.5'3 4"2.0' 8" 11 1 4° BLOCKING NOT REQUIRED 22 1 2° 45°33 3.2'3 4"2.0' 90°86 4.4'3 4"2.0' 10" 11 1 4°BLOCKING NOT REQUIRED 22 1 2°13 2.3'3 4"2.0' 45°64 4.0'3 4"2.0' 90°141 5.2'1"3.5' 12" 11 1 4°BLOCKING NOT REQUIRED 22 1 2°20 2.7'3 4"2.0' 45°111 4.8'3 4"2.0' 90°206 5.9'1 1 8"4.0' * D = ANCHOR ROD DIAMETER MINIMUM DIMENSIONS BASED ON FOLLOWING CONDITIONS: • PIPE RESTRAINED MINIMUM 36' ON EACH SIDE OF BEND • SAFE BEARING LOAD = 1,000 SF • CONCRETE STRENGTH = 3,000 PSI • CONCRETE WEIGHT = 150 PCF • HYDROSTATIC PRESSURE = 200 PSI • TRENCH = TYPE 2 FLAT BOTTOM TRENCH WITH LIGHTLY CONSOLIDATED BACKFILL PER ANSI/AWWA C150/A21.50 • FACTOR OF SAFETY = 1.5 • SOIL FRICTIONAL RESISTANCE BASED ON COHESIVE GRANULAR SOIL (GC+SC), SAND, GRAVEL, CLAY MIXTURE CONCRETE BLOCKING DESIGN MUST BE ADJUSTED FOR VARIANCES IN ANY OF THESE CONDITIONS. 45° BEND L L A A A A L L 11 1 4° AND 22 1 2 ° BENDS PIPE CLAMP AND ANCHOR ROD PIPE CLAMP AND ANCHOR ROD A A L L 90° BEND PIPE CLAMP AND ANCHOR ROD PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING FOR VERTICAL FITTINGS WITH RESTRAINED JOINTS STD. PLAN - 330.3 6/28/2023 WATER MAIN PIPE CLAMP HEAVY DUTY HOT-DIPPED GALVANIZED PIPE CLAMP, COOPER B-LINE B3132 OR EQUAL, WITH OPENINGS TO ACCOMMODATE ANCHOR ROD DIAMETER ANCHOR ROD ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE PER STD PLAN 330.2 AND STD PLAN 330.3 NUT HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD DIAMETER, TIGHTEN TOP NUTS TO TENSION BOLTS AND LOWER NUTS TO COMPRESS CLAMP SNUG WASHER ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD DIAMETER A MATERIALS B C D A B C D PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator CONCRETE BLOCKING PIPE CLAMP AND ANCHOR RODS STD. PLAN - 330.4 6/28/2023 NOTES: 1.SHACKLE RODS SHALL BE USED AS A JOINT RESTRAINT SYSTEM WHERE INDICATED IN THE PLANS OR SPECIFICATIONS OR WHERE OTHERWISE REQUIRED BY THE ENGINEER. 2.INSTALL THE JOINT RESTRAINT SYSTEM IN ACCORDANCE WITH MANUFACTURER'S DIRECTIONS TO ENSURE ALL JOINTS ARE MECHANICALLY LOCKED TOGETHER. 3.EYE BOLTS SHALL BE INSTALLED TO PULL AGAINST THE MJ BODY AND NOT THE MJ FOLLOWER. TORQUE NUTS AT 75-90 FT-LB. 4.INSTALL RODS AT EQUAL THREAD DEPTH INTO COUPLING NUTS. ARRANGE RODS SYMMETRICALLY AROUND THE PIPE. 5.WHERE A MJ VALVE OR FITTING IS SUPPLIED WITH SLOTS FOR "T" BOLTS INSTEAD OF HOLES, AN ADAPTER (FLXMJ) SHALL BE USED TO PROVIDE ADEQUATE SPACE FOR TIE BOLT INSTALLATION. 6.NO RUN OF RESTRAINED PIPE SHALL BE GREATER THAN 60' IN LENGTH BETWEEN FITTINGS. INSTALL LONG BODY SLEEVES WHERE A CONTINUOUS RUN OF PIPE GREATER THAN 60' IS REQUIRED TO BE RESTRAINED. 7.CONTINUOUSLY RESTRAINED RUNS SHALL USE MJ PIPE WITH EYE BOLTS INSTALLED AS ROD GUIDES AT EACH JOINT. ROD 3/4" ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE AS FOLLOWS: MAIN DIAMETER NUMBER OF RODS 4", 6"2 8", 10", 12"4 16", 18"8 20"10 EYE BOLT 3/4" 90° EYE BOLT, CORTEN, WITH EYE TO ACCOMMODATE 3/4" ROD, ROMAC OR EQUAL COUPLING NUT 3/4" FULL HEX COUPLING NUT WITH CENTER STOP, ASTM A563 GRADE OR STAINLESS STEEL WASHER 3/4" ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS NUT 3/4" HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS A MATERIALS B C D E MAX 60' CA D EB PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator SHACKLE ROD JOINT RESTRAINT SYSTEM STD. PLAN - 330.5 6/28/2023 VALVE OPERATING NUT EXTENSION VALVE MARKER POST SECTION A-A AA VALVE BOX AND LID NOTES: 1.EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN 3' BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF 1' LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. 2.ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, WITH ANTICORROSION COATING CONFORMING TO AWWA C210 NOTES: 1.VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS. 2.DISTANCE TO VALVE SHALL BE NEATLY STENCILED ON THE POST WITH 2" NUMERALS. MAIN 3" MIN VALVE BOX TWO-PIECE VALVE BOX WITH REGULAR BASE SECTION TO FIT AND STANDARD 8" TOP SECTION, OLYMPIC FOUNDRY INC 940 OR RICH #045 (NON-LOCKING) VALVE BOX LID COVER TO MATCH VALVE BOX MANUFACTURER, TO READ "WATER", WITH EARS IN DIRECTION OF WATER MAIN HMA COLLAR 8" THICK HMA FOR VALVE IN PAVED AREA OR 3'x3'x6" CONCRETE PAD IN UNPAVED AREA OPERATING NUT EXTENSION SEE DETAIL, THIS SHEET MARKER POST WHITE MARKER POST WITH ANCHOR BARB AND BLUE LABEL TO READ "WATER", CARSONITE UTILITY MARKER CRM3-066-08 OR EQUAL A B C D E MATERIALS 3 3 4" 62" 34" 24" 12" 8" TO 12" 2" SQUARE OPERATING NUT 4 1 4" DIAMETER 1 8" MIN THICKNESS 1" DIAMETER STEEL, LENGTH AS REQUIRED 1 8" MIN THICKNESS 2 1 4" INSIDE MEASUREMENT 2 1 4" DEPTH D A C B E PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator VALVE BOX, OPERATING NUT EXTENSION, AND MARKER POST STD. PLAN - 330.7 6/28/2023 A PLUG OR CAP MAIN LINE PLUG OR CAP WITH 2" TAP (FIPT) PIPE 2" CLOSE NIPPLE BEND 2" 90° BRASS BEND (FIPTxFIPT) PIPE 2" BRASS OR BRONZE NIPPLE, LENGTH TO FIT GATE VALVE 2" GATE VALVE (FIPTxFIPT) WITH SQUARE OPERATING NUT AND VALVE OPERATING NUT EXTENSION AS REQUIRED PER STD PLAN 330.1 VALVE BOX AND LID VALVE BOX AND LID PER STD PLAN 330.8 BLOCKING CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS. D B C E F G PROFILE PLAN WATER MAIN C D A B C D E E F C D D D C C G 18" MATERIALS PUBLIC WORKS DEPARTMENT APPROVED: DATEMartin Pastucha Public Works Administrator 2" BLOW-OFF ASSEMBLY (TEMPORARY) STD. PLAN - 340.2 6/28/2023 Washington State Department of Commerce www.commerce.wa.gov Grant to City of Renton through The Local and Community Projects Program For Renton Trail Connector Start date:July 1, 2019 CAG-22-031 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 i TABLE OF CONTENTS FACE SHEET ................................................................................................................................................ 1 DECLARATIONS .......................................................................................................................................... 3 SPECIAL TERMS AND CONDITIONS ......................................................................................................... 5 1.GRANT MANAGEMENT ................................................................................................................... 5 2.COMPENSATION ............................................................................................................................. 5 3.CERTIFICATION OF FUNDS PERFORMANCE MEASURES ......................................................... 5 4.PREVAILING WAGE LAW ................................................................................................................ 6 5.DOCUMENTATION AND SECURITY .............................................................................................. 6 6.BASIS FOR ESTABLISHING REAL PROPERTY VALUES FOR ACQUISITIONS OF REAL PROPERTY PERFORMANCE MEASURES ............................................................................................ 6 7.EXPENDITURES ELIGIBLE FOR REIMBURSEMENT .................................................................... 6 8.BILLING PROCEDURES AND PAYMENT ....................................................................................... 7 9.SUBCONTRACTOR DATA COLLECTION ....................................................................................... 8 10.CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT ...................................... 8 11.INSURANCE ..................................................................................................................................... 8 12.ORDER OF PRECEDENCE ........................................................................................................... 10 13.REDUCTION IN FUNDS ................................................................................................................. 10 14.OWNERSHIP OF PROJECT/CAPITAL FACILITIES ...................................................................... 10 15.CHANGE OF OWNERSHIP OR USE FOR GRANTEE-OWNED PROPERTY ............................. 10 16.CHANGE OF USE FOR LEASED PROPERTY PERFORMANCE MEASURE ............................. 11 17.SIGNAGE, MARKERS AND PUBLICATIONS ................................................................................ 11 18.HISTORICAL AND CULTURAL ARTIFACTS ................................................................................ 11 19.REAPPROPRIATION ...................................................................................................................... 12 20.TERMINATION FOR FRAUD OR MISREPRESENTATION .......................................................... 12 GENERAL TERMS AND CONDITIONS ..................................................................................................... 13 21.DEFINITIONS.................................................................................................................................. 13 22.ACCESS TO DATA ......................................................................................................................... 13 23.ADVANCE PAYMENTS PROHIBITED ........................................................................................... 13 24.ALL WRITINGS CONTAINED HEREIN .......................................................................................... 13 25.AMENDMENTS ............................................................................................................................... 13 26.AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO REFERRED TO AS THE “ADA” 28 CFR PART 35 ................................................................................ 14 27.ASSIGNMENT................................................................................................................................. 14 28.ATTORNEYS’ FEES ....................................................................................................................... 14 29.AUDIT .............................................................................................................................................. 14 30.BREACHES OF OTHER STATE CONTRACTS ............................................................................. 15 31.CONFIDENTIALITY/SAFEGUARDING OF INFORMATION .......................................................... 15 32.CONFLICT OF INTEREST ............................................................................................................. 15 33.COPYRIGHT PROVISIONS ........................................................................................................... 16 34.DISPUTES ...................................................................................................................................... 16 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 ii 35.DUPLICATE PAYMENT .................................................................................................................. 17 36.GOVERNING LAW AND VENUE ................................................................................................... 17 37.INDEMNIFICATION ........................................................................................................................ 17 38.INDEPENDENT CAPACITY OF THE GRANTEE ........................................................................... 17 39.INDUSTRIAL INSURANCE COVERAGE ....................................................................................... 17 40.LAWS .............................................................................................................................................. 18 41.LICENSING, ACCREDITATION AND REGISTRATION................................................................. 18 42.LIMITATION OF AUTHORITY ........................................................................................................ 18 43.NONCOMPLIANCE WITH NONDISCRIMINATION LAWS ............................................................ 18 44.PAY EQUITY ................................................................................................................................... 18 45.POLITICAL ACTIVITIES ................................................................................................................. 18 46.PUBLICITY ...................................................................................................................................... 19 47.RECAPTURE .................................................................................................................................. 19 48.RECORDS MAINTENANCE ........................................................................................................... 19 49.REGISTRATION WITH DEPARTMENT OF REVENUE................................................................. 19 50.RIGHT OF INSPECTION ................................................................................................................ 19 51.SAVINGS ........................................................................................................................................ 19 52.SEVERABILITY ............................................................................................................................... 19 53.SITE SECURITY ............................................................................................................................. 20 54.SUBGRANTING/SUBCONTRACTING ........................................................................................... 20 55.SURVIVAL ....................................................................................................................................... 20 56.TAXES ............................................................................................................................................. 20 57.TERMINATION FOR CAUSE ......................................................................................................... 20 58.TERMINATION FOR CONVENIENCE ........................................................................................... 20 59.TERMINATION PROCEDURES ..................................................................................................... 21 60.TREATMENT OF ASSETS ............................................................................................................. 21 61.WAIVER .......................................................................................................................................... 22 ATTACHMENT A - SCOPE OF WORK ...................................................................................................... 23 ATTACHMENT B - CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT.................................................................................................................................................... 25 ATTACHMENT C- CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES 27 ATTACHMENT D - CERTIFICATION OF INTENT TO ENTER THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) CERTIFICATION PROCESS .......................................................... 29 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 1 FACE SHEET Grant Number: 20-96627-211 Project Name: Renton Trail Connector Washington State Department of Commerce Local Government Division Community Assistance and Research Unit 1. GRANTEE 2. GRANTEE Doing Business As (optional) City of Renton 1055 S Grady Way Renton, WA 98057-3232 N/A 3. GRANTEE Representative 4. COMMERCE Representative Jonathan Chavez, Civil Engineer III, Dev. Eng., CED 425) 430-7288 JChavez@Rentonwa.gov Mara Isaacson, Grant Manager PO Box 42525, Olympia, WA 98504 360) 742–7665 mara.isaacson@commerce.wa.gov 5. Grant Amount 6. Funding Source 7. Start Date 8. End Date 490,000.00 Federal:State:X Other: N/A:July 1, 2019 June 30, 2025, contingent on reappropriation; June 30, 2023 if funds are not reappropriated. 9. Federal Funds (as applicable) N/A Federal Agency N/A CFDA Number N/A 10. Tax ID #11. SWV #12. UBI #13. DUNS # N/A SWV0012200-11 177000094 N/A 14. Grant Purpose The outcome of this performance-based Grant Agreement is to undertake a legislatively approved project that furthers the goals and objectives of The Local and Community Projects Program as referenced in Attachment A – Scope of Work. COMMERCE, defined as the Washington State Department of Commerce, and the GRANTEE, as defined above, acknowledge and accept the terms of this Grant and attachments and have executed this Grant on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Grant are governed by this Grant and the following other documents incorporated by reference: Grant Terms and Conditions including Attachment A” – Scope of Work, Attachment “B” – Certification of Availability of Funds to Complete the Project, Attachment “C” – Certification of the Payment and Reporting of Prevailing Wages, Attachment “D” – Certification of Intent to Enter LEED Process. FOR GRANTEE FOR COMMERCE Signature Print Name Jason A. Seth, City Clerk Date Mark K. Barkley, Assistant Director Local Government Division Date APPROVED AS TO FORM Steve Scheele, Assistant Attorney General 6/30/2021 Date ATTEST: 1-31-2022 Mayor Armondo Pavone DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 2/2/2022 | 7:23 AM PST 2 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 3 DECLARATIONS GRANTEE INFORMATION GRANTEE Name: City of Renton Grant Number: 20-96627-211 State Wide Vendor Number: SWV0012200-11 PROJECT INFORMATION Project Name: Renton Trail Connector Project City: Renton Project State: Washington Project Zip Code: 98057-3232 GRANT AGREEMENT INFORMATION Grant Amount: $490,000.00 Appropriation Number: SHB 1102 SL Section 1042 (2019 Regular Session) Re-appropriation Number (if applicable): SHB 1080 SL Section 1041 (2021 Regular Session) Grant End Date: June 30, 2025, contingent on reappropriation; June 30, 2023, if funds are not reappropriated. Biennium: 2021-2023 Biennium Close Date: June 30, 2023 Earliest Date for Construction Reimbursement: July 1, 2016 ADDITIONAL SPECIAL TERMS AND CONDITIONS GOVERNING THIS AGREEMENT Grant End Date: In the event funds for the project are reappropriated, the contract end date will be extended pursuant to the reappropriation and consistent with Special Term and Condition 19. Depending on the reappropriation, a contract amendment may be required. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 4 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 5 SPECIAL TERMS AND CONDITIONS GENERAL GRANT STATE FUNDS THIS GRANT AGREEMENT, entered into by and between the GRANTEE and COMMERCE, as defined on the Face Sheet of this Grant Agreement, WITNESSES THAT: WHEREAS, COMMERCE has the statutory authority under RCW 43.330.050 (5) to cooperate with and provide assistance to local governments, businesses, and community-based organizations; and WHEREAS, COMMERCE is also given the responsibility to administer state funds and programs which are assigned to COMMERCE by the Governor or the Washington State Legislature; and WHEREAS, the Washington State Legislature has made an appropriation to support the Local and Community Projects Program, and directed COMMERCE to administer those funds; and WHEREAS, the enabling legislation also stipulates that the GRANTEE is eligible to receive funding for design, acquisition, construction, or rehabilitation (a venture hereinafter referred to as the “Project”). NOW, THEREFORE, in consideration of covenants, conditions, performances, and promises hereinafter contained, the parties hereto agree as follows: 1. GRANT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Grant. The Representative for COMMERCE and their contact information are identified on the Face Sheet of this Grant. The Representative for the GRANTEE and their contact information are identified on the Face Sheet of this Grant. 2. COMPENSATION COMMERCE shall pay an amount not to exceed the awarded Grant Amount as shown on the Face Sheet of this Grant Agreement, for the capital costs necessary for or incidental to the performance of work as set forth in the Scope of Work. 3. CERTIFICATION OF FUNDS PERFORMANCE MEASURES A. The release of state funds under this Grant Agreement is contingent upon the GRANTEE certifying that it has expended or has access to funds from non-state sources as set forth in ATTACHMENT B (CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT), hereof. Such non-state sources may consist of a combination of any of the following: i) Eligible Project expenditures prior to the execution of this Grant Agreement. ii) Cash dedicated to the Project. iii) Funds available through a letter of credit or other binding loan commitment(s). iv) Pledges from foundations or corporations. v) Pledges from individual donors. vi) The value of real property when acquired solely for the purposes of this Project, as established and evidenced by a current market value appraisal performed by a licensed, professional real estate appraiser, or a current property tax statement. COMMERCE will not consider appraisals for prospective values of such property for the purposes of calculating the amount of non-state matching fund credit. vii) In-kind contributions, subject to COMMERCE’S approval. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 6 B. The GRANTEE shall maintain records sufficient to evidence that it has access to or has expended funds from such non-state sources, and shall make such records available for COMMERCE’s review upon reasonable request. 4. PREVAILING WAGE LAW The Project funded under this Grant may be subject to state prevailing wage law (Chapter 39.12 RCW). The GRANTEE is advised to consult the Industrial Statistician at the Washington Department of Labor and Industries to determine whether prevailing wages must be paid. COMMERCE is not responsible for determining whether prevailing wage applies to this Project or for any prevailing wage payments that may be required by law. 5. DOCUMENTATION AND SECURITY The provisions of this section shall apply to capital projects performed by nonprofit organizations and public benefit corporations that involve the expenditure of over $500,000 in state funds. Projects for which the grant award or legislative intent documents specify that the state funding is to be used for design only are exempt from this section. A. Deed of Trust. This Grant shall be evidenced by a promissory note and secured by a deed of trust or other appropriate security instrument in favor of COMMERCE (the “Deed of Trust”). The Deed of Trust shall be recorded in the County where the Project is located, and the original returned to COMMERCE after recordation within ninety (90) days of Grant Agreement execution. The Deed of Trust must be recorded before COMMERCE will reimburse the GRANTEE for any Project costs. The amount secured by the Deed of Trust shall be the amount of the Grant as set forth on the Face Sheet, hereof. B. Term of Deed of Trust. The Deed of Trust shall remain in full force and effect for a period of ten 10) years following the final payment of state funds to the GRANTEE under this grant. Upon satisfaction of the ten-year term requirement and all other grant terms and conditions, COMMERCE shall, upon written request of the GRANTEE, take appropriate action to reconvey the Deed of Trust. C. Title Insurance. The GRANTEE shall purchase an extended coverage lender’s policy of title insurance insuring the lien position of the Deed of Trust in an amount not less than the amount of the grant. D. Covenant. If the project will be partially funded by a loan and the term of said loan is less than the commitment period under this grant contract, COMMERCE may require that GRANTEE record or cause to be recorded a covenant in a superior lien position ahead of the lender’s security instrument that restricts use of the facility or property for the purpose(s) stated elsewhere in this contract for at least the term of the commitment period E. Subordination. COMMERCE may agree to subordinate its deed of trust upon request from a private or public lender. Any such request shall be submitted to COMMERCE in writing, and COMMERCE shall respond to the request in writing within thirty (30) days of receiving the request. 6. BASIS FOR ESTABLISHING REAL PROPERTY VALUES FOR ACQUISITIONS OF REAL PROPERTY PERFORMANCE MEASURES When the grant is used to fund the acquisition of real property, the value of the real property eligible for reimbursement under this grant shall be established as follows: A. GRANTEE purchases of real property from an independent third-party seller shall be evidenced by a current appraisal prepared by a licensed Washington State commercial real estate appraiser, or a current property tax statement. B. GRANTEE purchases of real property from a subsidiary organization, such as an affiliated LLC, shall be evidenced by a current appraisal prepared by a licensed Washington State commercial real estate appraiser or the prior purchase price of the property plus holding costs, whichever is less. 7. EXPENDITURES ELIGIBLE FOR REIMBURSEMENT DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 7 Payments to the Grantee shall be made on a reimbursement basis only. Costs incurred on or after the EARLIEST DATE FOR CONSTRUCTION REIMBURSEMENT as shown on the Declarations page are eligible for reimbursement under this Grant Agreement. The GRANTEE may be reimbursed for the following eligible costs related to the activities identified in the SCOPE OF WORK shown on Attachment A. A. Real property, and costs directly associated with such purchase, when purchased or acquired solely for the purposes of the Project; B. Design, engineering, architectural, and planning; C. Construction management and observation (from external sources only); D. Construction costs including, but not limited to, the following: Site preparation and improvements; Permits and fees; Labor and materials; Taxes on Project goods and services; Capitalized equipment; Information technology infrastructure; and Landscaping. F. Other costs authorized through the legislation 8. BILLING PROCEDURES AND PAYMENT COMMERCE shall reimburse the GRANTEE for eligible Project expenditures, up to the maximum payable under this Grant Agreement. When requesting reimbursement for expenditures made, the GRANTEE shall submit to COMMERCE a signed and completed Invoice Voucher (Form A-19), that documents capitalized Project activity performed for the billing period. The GRANTEE can submit all Invoice Vouchers and any required documentation electronically through COMMERCE’s Contracts Management System (CMS), which is available through the Secure Access Washington (SAW) portal. The GRANTEE shall evidence the costs claimed on each voucher by including copies of each invoice received from vendors providing Project goods or services covered by the Grant Agreement. The GRANTEE shall also provide COMMERCE with a copy of the cancelled check or electronic funds transfer, as applicable, that confirms that they have paid each expenditure being claimed. The cancelled checks or electronic funds transfers may be submitted to COMMERCE at the time the voucher is initially submitted, or within thirty (30) days thereafter. The voucher must be certified (signed) by an official of the GRANTEE with authority to bind the GRANTEE. The final voucher shall be submitted to COMMERCE within sixty (60) days following the completion of work or other termination of this Grant Agreement, or within fifteen (15) days following the end of the state biennium unless Grant Agreement funds are reappropriated by the Legislature in accordance with Section 19, hereof. If GRANTEE has or will be submitting any of the invoices attached to a request for payment for partial reimbursement under another grant contract, GRANTEE must clearly identify such grant contracts in the transmittal letter and request for payment. Each request for payment must be accompanied by a Project Status Report, which describes, in narrative form, the progress made on the Project since the last invoice was submitted, as well as a report of Project status to date. COMMERCE will not release payment for any reimbursement request received unless and until the Project Status Report is received. After approving the Invoice Voucher and Project Status Report, COMMERCE shall promptly remit a warrant to the GRANTEE. COMMERCE will pay GRANTEE upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE not more often than monthly. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 8 Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the GRANTEE. COMMERCE may, in its sole discretion, terminate the Grant or withhold payments claimed by the GRANTEE for services rendered if the GRANTEE fails to satisfactorily comply with any term or condition of this Grant. No payments in advance or in anticipation of services or supplies to be provided under this Agreement shall be made by COMMERCE. Duplication of Billed Costs The GRANTEE shall not bill COMMERCE for services performed under this Grant Agreement, and COMMERCE shall not pay the GRANTEE, if the GRANTEE is entitled to payment or has been or will be paid by any other source, including grants, for that service. Disallowed Costs The GRANTEE is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subgrantees. 9. SUBCONTRACTOR DATA COLLECTION GRANTEE will submit reports, in a form and format to be provided by COMMERCE and at intervals as agreed by the parties, regarding work under this Grant performed by subcontractors and the portion of Grant funds expended for work performed by subcontractors, including but not necessarily limited to minority-owned, woman-owned, and veteran-owned business subcontractors. Subcontractors” shall mean subcontractors of any tier. 10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT The GRANTEE shall complete a Certified Project Completion Report when activities identified in the SCOPE OF WORK shown on Attachment A are complete. The GRANTEE shall provide the following information to COMMERCE: A. A certified statement that the Project, as described in the SCOPE OF WORK shown on Attachment A, is complete and, if applicable, meets required standards. B. A certified statement of the actual dollar amounts spent, from all funding sources, in completing the project as described in the SCOPE OF WORK shown on Attachment A. C. Certification that all costs associated with the Project have been incurred and accounted for. Costs are incurred when goods and services are received and/or Grant work is performed. D. A final voucher for the remaining eligible funds, including any required documentation. The GRANTEE will submit the Certified Project Completion Report together with the last Invoice Voucher for a sum not to exceed the balance of the Grant Amount. 11. INSURANCE The GRANTEE shall provide insurance coverage as set out in this section. The intent of the required insurance is to protect the state of Washington should there be any claims, suits, actions, costs, damages or expenses arising from any loss, or negligent or intentional act or omission of the GRANTEE, or Subgrantee, or agents of either, while performing under the terms of this Grant. The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. Except for Professional Liability or Errors and Omissions Insurance, the insurance shall name the state of Washington, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 9 insurance. The GRANTEE shall instruct the insurers to give COMMERCE thirty (30) calendar days advance notice of any insurance cancellation or modification. The GRANTEE shall submit to COMMERCE within fifteen (15) calendar days of the Grant start date, a certificate of insurance which outlines the coverage and limits defined in this insurance section. During the term of the Grant, the GRANTEE shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. The GRANTEE shall provide insurance coverage that shall be maintained in full force and effect during the term of this Grant, as follows: Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability arising out of Grant activity but no less than $1,000,000 per occurrence. Additionally, the GRANTEE is responsible for ensuring that any Subgrantee/subcontractor provide adequate insurance coverage for the activities arising out of subgrants/subcontracts. Automobile Liability. In the event that performance pursuant to this Grant involves the use of vehicles, owned or operated by the GRANTEE or its Subgrantee/subcontractor, automobile liability insurance shall be required. The minimum limit for automobile liability is $1,000,000 per occurrence, using a Combined Single Limit for bodily injury and property damage. Professional Liability, Errors and Omissions Insurance.The GRANTEE shall maintain Professional Liability or Errors and Omissions Insurance. The GRANTEE shall maintain minimum limits of no less than $1,000,000 per occurrence to cover all activities by the GRANTEE and licensed staff employed or under contract to the GRANTEE. The state of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the GRANTEE for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss: A. The amount of fidelity coverage secured pursuant to this Grant shall be $2,000,000 or the highest of planned reimbursement for the Grant period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary. B. Subgrantees/subcontractors that receive $10,000 or more per year in funding through this Grant shall secure fidelity insurance as noted above. Fidelity insurance secured by Subgrantees/subcontractors pursuant to this paragraph shall name the GRANTEE and the GRANTEE’s fiscal agent as beneficiary. C. The GRANTEE shall provide, at COMMERCE’s request, copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that COMMERCE will be provided thirty (30) days advance written notice of cancellation. GRANTEES and Local Governments that Participate in a Self-Insurance Program. Self-Insured/Liability Pool or Self-Insured Risk Management Program – With prior approval from COMMERCE, the GRANTEE may provide the coverage above under a self-insured/liability pool or self-insured risk management program. In order to obtain permission from COMMERCE, the GRANTEE shall provide: (1) a description of its self-insurance program, and (2) a certificate and/or letter of coverage that outlines coverage limits and deductibles. All self-insured risk management programs or self-insured/liability pool financial reports must comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1) Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board (FASB), and 3) the DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 10 Washington State Auditor’s annual instructions for financial reporting. GRANTEE’s participating in joint risk pools shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. The state of Washington, its agents, and employees need not be named as additional insured under a self-insured property/liability pool, if the pool is prohibited from naming third parties as additional insured. GRANTEE shall provide annually to COMMERCE a summary of coverages and a letter of self insurance, evidencing continued coverage under GRANTEE’s self-insured/liability pool or self-insured risk management program. Such annual summary of coverage and letter of self insurance will be provided on the anniversary of the start date of this Agreement. 12. ORDER OF PRECEDENCE In the event of an inconsistency in this Grant, the inconsistency shall be resolved by giving precedence in the following order: Applicable federal and state of Washington statutes and regulations Declarations page of this Grant Agreement Special Terms and Conditions General Terms and Conditions Attachment A – Scope of Work Attachment B – Certification of the Availability of Funds to Complete the Project Attachment C – Certification of the Payment and Reporting of Prevailing Wages Attachment D – Certification of Intent to Enter the Leadership in Energy and Environmental Design (LEED) Certification Process 13. REDUCTION IN FUNDS In the event state funds appropriated for the work contemplated under this Grant Agreement are withdrawn, reduced, or limited in any way by the Governor or the Washington State Legislature during the Grant Agreement period, the parties hereto shall be bound by any such revised funding limitations as implemented at the discretion of COMMERCE, and shall meet and renegotiate the Grant Agreement accordingly. 14. OWNERSHIP OF PROJECT/CAPITAL FACILITIES COMMERCE makes no claim to any real property improved or constructed with funds awarded under this Grant Agreement and does not assert and will not acquire any ownership interest in or title to the capital facilities and/or equipment constructed or purchased with state funds under this Grant Agreement; provided, however, that COMMERCE may be granted a security interest in real property, to secure funds awarded under this Grant Agreement. This provision does not extend to claims that COMMERCE may bring against the GRANTEE in recapturing funds expended in violation of this Grant Agreement. 15. CHANGE OF OWNERSHIP OR USE FOR GRANTEE-OWNED PROPERTY A. The GRANTEE understands and agrees that any and all real property or facilities owned by the GRANTEE that are acquired, constructed, or otherwise improved by the GRANTEE using state funds under this Grant Agreement, shall be held and used by the GRANTEE for the purpose or purposes stated elsewhere in this Grant Agreement for a period of at least ten (10) years from the date the final payment is made hereunder. B. This provision shall not be construed to prohibit the GRANTEE from selling any property or properties described in this section; Provided, that any such sale shall be subject to prior review and approval by COMMERCE, and that all proceeds from such sale shall be applied to the purchase price of a different facility or facilities of equal or greater value than the original facility and that any such new facility or facilities will be used for the purpose or purposes stated elsewhere in this Grant Agreement. C. In the event the GRANTEE is found to be out of compliance with this section, the GRANTEE shall repay to the state general fund the principal amount of the grant as stated on the Face Sheet, DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 11 hereof, plus interest calculated at the rate of interest on state of Washington general obligation bonds issued most closely to the effective date of the legislation in which the subject facility was authorized. Repayment shall be made pursuant to Section 47 (Recapture provision). 16. CHANGE OF USE FOR LEASED PROPERTY PERFORMANCE MEASURE A. The GRANTEE understands and agrees that any facility leased by the GRANTEE that is constructed, renovated, or otherwise improved using state funds under this Grant Agreement shall be used by the GRANTEE for the purpose or purposes stated elsewhere in this Grant Agreement for a period of at least ten (10) years from the date the final payment is made hereunder. B. In the event the GRANTEE is found to be out of compliance with this section, the GRANTEE shall repay to the state general fund the principal amount of the grant as stated on the Face Sheet, hereof, plus interest calculated at the rate of interest on state of Washington general obligation bonds issued most closely to the effective date of the legislation in which the subject facility was authorized. Repayment shall be made pursuant to Section 47 (Recapture Provision). 17. SIGNAGE, MARKERS AND PUBLICATIONS If, during the period covered by this Grant Agreement, the GRANTEE displays or circulates any communication, publication, or donor recognition identifying the financial participants in the Project, any such communication or publication must identify “The Taxpayers of Washington State” as a participant. 18. HISTORICAL AND CULTURAL ARTIFACTS Prior to approval and disbursement of any funds awarded under this Contract, GRANTEE shall cooperate with COMMERCE to complete the requirements of Governor’s Executive Order 05-05 or Executive Order 21-02, where applicable, or GRANTEE shall complete a review under Section 106 of the National Historic Preservation Act, if applicable. GRANTEE agrees that the GRANTEE is legally and financially responsible for compliance with all laws, regulations, and agreements related to the preservation of historical or cultural resources and agrees to hold harmless COMMERCE and the state of Washington in relation to any claim related to such historical or cultural resources discovered, disturbed, or damaged as a result of the project funded by this Contract. In addition to the requirements set forth in this Contract, GRANTEE shall, in accordance with Governor’s Executive Order 05-05 or Executive Order 21-02 as applicable, coordinate with Commerce and the Washington State Department of Archaeology and Historic Preservation DAHP”), including any recommended consultation with any affected tribe(s), during Project design and prior to construction to determine the existence of any tribal cultural resources affected by Project. GRANTEE agrees to avoid, minimize, or mitigate impacts to the cultural resource as a continuing prerequisite to receipt of funds under this Contract. The GRANTEE agrees that, unless the GRANTEE is proceeding under an approved historical and cultural monitoring plan or other memorandum of agreement, if historical or cultural artifacts are discovered during construction, the GRANTEE shall immediately stop construction and notify the local historical preservation officer and the state's historical preservation officer at DAHP, and the Commerce Representative identified on the Face Sheet. If human remains are uncovered, the GRANTEE shall report the presence and location of the remains to the coroner and local enforcement immediately, then contact DAHP and the concerned tribe's cultural staff or committee. The GRANTEE shall require this provision to be contained in all subcontracts for work or services related to the Scope of Work attached hereto. In addition to the requirements set forth in this Contract, GRANTEE agrees to comply with RCW 27.44 regarding Indian Graves and Records; RCW 27.53 regarding Archaeological Sites and Resources; RCW 68.60 regarding Abandoned and Historic Cemeteries and Historic Graves; and WAC 25-48 regarding Archaeological Excavation and Removal Permits. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 12 Completion of the requirements of Section 106 of the National Historic Preservation Act shall substitute for completion of Governor’s Executive Order 05-05 and Executive Order 21-02. In the event that the GRANTEE finds it necessary to amend the Scope of Work the GRANTEE may be required to re-comply with Governor's Executive Order 05-05, Executive Order 21-02, or Section 106 of the National Historic Preservation Act. 19. REAPPROPRIATION A. The parties hereto understand and agree that any state funds not expended by the BIENNIUM CLOSE DATE listed on the Declarations page will lapse on that date unless specifically reappropriated by the Washington State Legislature. If funds are so reappropriated, the state's obligation under the terms of this Grant Agreement shall be contingent upon the terms of such reappropriation. B. In the event any funds awarded under this Grant Agreement are reappropriated for use in a future biennium, COMMERCE reserves the right to assign a reasonable share of any such reappropriation for administrative costs. 20. TERMINATION FOR FRAUD OR MISREPRESENTATION In the event the GRANTEE commits fraud or makes any misrepresentation in connection with the Grant application or during the performance of this Grant Agreement, COMMERCE reserves the right to terminate or amend this Grant Agreement accordingly, including the right to recapture all funds disbursed to the GRANTEE under the Grant. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 13 GENERAL TERMS AND CONDITIONS GENERAL GRANT STATE FUNDS 21. DEFINITIONS As used throughout this Grant, the following terms shall have the meaning set forth below: A. “Authorized Representative” shall mean the Director and/or the designee authorized in writing to act on the Director’s behalf. B. “COMMERCE” shall mean the Department of Commerce. C. "GRANTEE" shall mean the entity identified on the Face Sheet performing service(s) under this Grant, and shall include all employees and agents of the GRANTEE. D. “Personal Information” shall mean information identifiable to any person, including, but not limited to, information that relates to a person’s name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers. E. ”State” shall mean the state of Washington. F. "Subgrantee/subcontractor" shall mean one not in the employment of the GRANTEE, who is performing all or part of those services under this Grant under a separate Grant with the GRANTEE. The terms “subgrantee/subcontractor” refers to any tier. G. “Subrecipient” shall mean a non-federal entity that expends federal awards received from a pass- through entity to carry out a federal program, but does not include an individual that is a beneficiary of such a program. It also excludes vendors that receive federal funds in exchange for goods and/or services in the course of normal trade or commerce. H. “Vendor” is an entity that agrees to provide the amount and kind of services requested by COMMERCE; provides services under the grant only to those beneficiaries individually determined to be eligible by COMMERCE and, provides services on a fee-for-service or per-unit basis with contractual penalties if the entity fails to meet program performance standards. I. “Grant Agreement” or “Agreement” means the entire written agreement between COMMERCE and the GRANTEE, including any Attachments, Exhibits, documents, or materials incorporated by reference. 22. ACCESS TO DATA In compliance with RCW 39.26.180, the GRANTEE shall provide access to data generated under this Grant to COMMERCE, the Joint Legislative Audit and Review Committee, and the Office of the State Auditor at no additional cost. This includes access to all information that supports the findings, conclusions, and recommendations of the GRANTEE’s reports, including computer models and the methodology for those models. 23. ADVANCE PAYMENTS PROHIBITED No payments in advance of or in anticipation of goods or services to be provided under this Grant shall be made by COMMERCE. 24. ALL WRITINGS CONTAINED HEREIN This Grant contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Grant shall be deemed to exist or to bind any of the parties hereto. 25. AMENDMENTS This Grant may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 14 26. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO REFERRED TO AS THE “ADA” 28 CFR PART 35 The GRANTEE must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. 27. ASSIGNMENT Neither this Grant, nor any claim arising under this Grant, shall be transferred or assigned by the GRANTEE without prior written consent of COMMERCE. 28. ATTORNEYS’ FEES Unless expressly permitted under another provision of the Grant, in the event of litigation or other action brought to enforce Grant terms, each party agrees to bear its own attorney’s fees and costs. 29. AUDIT A. General Requirements COMMERCE reserves the right to require an audit. If required, GRANTEEs are to procure audit services based on the following guidelines. The GRANTEE shall maintain its records and accounts so as to facilitate audits and shall ensure that subgrantees also maintain auditable records. The GRANTEE is responsible for any audit exceptions incurred by its own organization or that of its subgrantees. COMMERCE reserves the right to recover from the GRANTEE all disallowed costs resulting from the audit. Responses to any unresolved management findings and disallowed or questioned costs shall be included with the audit report. The GRANTEE must respond to COMMERCE requests for information or corrective action concerning audit issues within thirty (30) days of the date of request. B. State Funds Requirements In the event an audit is required, if the GRANTEE is a state or local government entity, the Office of the State Auditor shall conduct the audit. Audits of non-profit organizations are to be conducted by a certified public accountant selected by the GRANTEE. The GRANTEE shall include the above audit requirements in any subcontracts. In any case, the GRANTEE’s records must be available for review by COMMERCE. C. Documentation Requirements The GRANTEE must send a copy of the audit report described above no later than nine (9) months after the end of the GRANTEE’s fiscal year(s) by sending a scanned copy to comacctoffice@commerce.wa.gov or a hard copy to: Department of Commerce ATTN: Audit Review and Resolution Office 1011 Plum Street SE PO Box 42525 Olympia WA 98504-2525 In addition to sending a copy of the audit, when applicable, the GRANTEE must include: Corrective action plan for audit findings within three (3) months of the audit being received by COMMERCE. Copy of the Management Letter. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 15 If the GRANTEE is required to obtain a Single Audit consistent with Circular A-133 requirements, a copy must be provided to COMMERCE; no other report is required. 30. BREACHES OF OTHER STATE CONTRACTS GRANTEE is expected to comply with all other contracts executed between GRANTEE and the State of Washington. A breach of any other agreement entered into between GRANTEE and the State of Washington may, in COMMERCE's discretion, be deemed a breach of this Agreement. 31. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION A. “Confidential Information” as used in this section includes: 1. All material provided to the GRANTEE by COMMERCE that is designated as “confidential” by COMMERCE; 2. All material produced by the GRANTEE that is designated as “confidential” by COMMERCE; and 3. All personal information in the possession of the GRANTEE that may not be disclosed under state or federal law. “Personal information” includes but is not limited to information related to a person’s name, health, finances, education, business, use of government services, addresses, telephone numbers, social security number, driver’s license number and other identifying numbers, and “Protected Health Information” under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). B. The GRANTEE shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The GRANTEE shall use Confidential Information solely for the purposes of this Grant and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law. The GRANTEE shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the GRANTEE shall provide COMMERCE with its policies and procedures on confidentiality. COMMERCE may require changes to such policies and procedures as they apply to this Grant whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures. The GRANTEE shall make the changes within the time period specified by COMMERCE. Upon request, the GRANTEE shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the GRANTEE against unauthorized disclosure. C. Unauthorized Use or Disclosure. The GRANTEE shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 32. CONFLICT OF INTEREST Notwithstanding any determination by the Executive Ethics Board or other tribunal, COMMERCE may, in its sole discretion, by written notice to the GRANTEE terminate this Grant Agreement if it is found after due notice and examination by COMMERCE that there is a violation of the Ethics in Public Service Act, Chapters 42.52 RCW and 42.23 RCW; or any similar statute involving the GRANTEE in the procurement of, or performance under this Grant Agreement. Specific restrictions apply to contracting with current or former state employees pursuant to chapter 42.52 of the Revised Code of Washington. The GRANTEE and their subcontractor(s) must identify any person employed in any capacity by the state of Washington that worked on this Grant, or any matter related to the project funded under this Grant or any other state funded project, including but not limited to formulating or drafting legislation, participating in grant procurement, planning and execution, awarding grants, or monitoring grants, during the 24 month period preceding the start date of this Grant. Any person identified by the GRANTEE and their subcontractors(s) must be identified individually by name, the agency previously or currently employed by, job title or position held, and DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 16 separation date. If it is determined by COMMERCE that a conflict of interest exists, the GRANTEE may be disqualified from further consideration for the award of a Grant. In the event this Grant Agreement is terminated as provided above, COMMERCE shall be entitled to pursue the same remedies against the GRANTEE as it could pursue in the event of a breach of the Grant Agreement by the GRANTEE. The rights and remedies of COMMERCE provided for in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law. The existence of facts upon which COMMERCE makes any determination under this clause shall be an issue and may be reviewed as provided in the “Disputes” clause of this Grant Agreement. 33. COPYRIGHT PROVISIONS Unless otherwise provided, all Materials produced under this Grant shall be considered "works for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered “works for hire” under the U.S. Copyright laws, the GRANTEE hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to COMMERCE effective from the moment of creation of such Materials. Materials” means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions. “Ownership” includes the right to copyright, patent, register and the ability to transfer these rights. For Materials that are delivered under the Grant, but that incorporate pre-existing materials not produced under the Grant, the GRANTEE hereby grants to COMMERCE a nonexclusive, royalty-free, irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The GRANTEE warrants and represents that the GRANTEE has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE. The GRANTEE shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Grant, of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Grant. The GRANTEE shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the GRANTEE with respect to any Materials delivered under this Grant. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the GRANTEE. 34. DISPUTES Except as otherwise provided in this Grant, when a dispute arises between the parties and it cannot be resolved by direct negotiation, either party may request a dispute hearing with the Director of COMMERCE, who may designate a neutral person to decide the dispute. The request for a dispute hearing must: be in writing; state the disputed issues; state the relative positions of the parties; state the GRANTEE's name, address, and Grant number; and be mailed to the Director and the other party’s (respondent’s) Grant Representative within three (3) working days after the parties agree that they cannot resolve the dispute. The respondent shall send a written answer to the requestor’s statement to both the Director or the Director’s designee and the requestor within five (5) working days. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 17 The Director or designee shall review the written statements and reply in writing to both parties within ten (10)working days. The Director or designee may extend this period if necessary by notifying the parties. The decision shall not be admissible in any succeeding judicial or quasi-judicial proceeding. The parties agree that this dispute process shall precede any action in a judicial or quasi-judicial tribunal. Nothing in this Grant shall be construed to limit the parties’ choice of a mutually acceptable alternate dispute resolution (ADR) method in addition to the dispute hearing procedure outlined above. 35. DUPLICATE PAYMENT COMMERCE shall not pay the GRANTEE, if the GRANTEE has charged or will charge the State of Washington or any other party under any other Grant, subgrant/subcontract, or agreement, for the same services or expenses. 36. GOVERNING LAW AND VENUE This Grant shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 37. INDEMNIFICATION To the fullest extent permitted by law, the GRANTEE shall indemnify, defend, and hold harmless the state of Washington, COMMERCE, agencies of the state and all officials, agents and employees of the state, from and against all claims for injuries or death arising out of or resulting from the performance of the contract. “Claim” as used in this contract, means any financial loss, claim, suit, action, damage, or expense, including but not limited to attorneys fees, attributable for bodily injury, sickness, disease, or death, or injury to or the destruction of tangible property including loss of use resulting therefrom. The GRANTEE’s obligation to indemnify, defend, and hold harmless includes any claim by GRANTEE’s agents, employees, representatives, or any subgrantee/subcontractor or its employees. GRANTEE expressly agrees to indemnify, defend, and hold harmless the State for any claim arising out of or incident to GRANTEE’S or any subgrantee’s/subcontractor’s performance or failure to perform the Grant. GRANTEE’S obligation to indemnify, defend, and hold harmless the State shall not be eliminated or reduced by any actual or alleged concurrent negligence of State or its agents, agencies, employees and officials. The GRANTEE waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 38. INDEPENDENT CAPACITY OF THE GRANTEE The parties intend that an independent contractor relationship will be created by this Grant. The GRANTEE and its employees or agents performing under this Grant Agreement are not employees or agents of the state of Washington or COMMERCE. The GRANTEE will not hold itself out as or claim to be an officer or employee of COMMERCE or of the state of Washington by reason hereof, nor will the GRANTEE make any claim of right, privilege or benefit which would accrue to such officer or employee under law. Conduct and control of the work will be solely with the GRANTEE. 39. INDUSTRIAL INSURANCE COVERAGE The GRANTEE shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the GRANTEE fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, COMMERCE may collect from the GRANTEE the full amount payable to the Industrial Insurance Accident Fund. COMMERCE may deduct the amount owed by the GRANTEE to the accident fund from the amount payable to the GRANTEE by COMMERCE under this Grant Agreement, and transmit the deducted amount to the Department of DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 18 Labor and Industries, (L&I) Division of Insurance Services. This provision does not waive any of L&I’s rights to collect from the GRANTEE. 40. LAWS The GRANTEE shall comply with all applicable laws, ordinances, codes, regulations and policies of local and state and federal governments, as now or hereafter amended. 41. LICENSING, ACCREDITATION AND REGISTRATION The GRANTEE shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Grant Agreement. 42. LIMITATION OF AUTHORITY Only the Authorized Representative or Authorized Representative’s delegate by writing (delegation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this Grant Agreement. Furthermore, any alteration, amendment, modification, or waiver or any clause or condition of this Grant Agreement is not effective or binding unless made in writing and signed by the Authorized Representative. 43. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS During the performance of this Grant, the GRANTEE shall comply with all federal, state, and local nondiscrimination laws, regulations and policies. In the event of the GRANTEE’s non-compliance or refusal to comply with any nondiscrimination law, regulation or policy, this Grant may be rescinded, canceled or terminated in whole or in part, and the GRANTEE may be declared ineligible for further Grants with COMMERCE. The GRANTEE shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the “Disputes” procedure set forth herein. The funds provided under this contract may not be used to fund religious worship, exercise, or instruction. No person shall be required to participate in any religious worship, exercise, or instruction in order to have access to the facilities funded by this grant. 44. PAY EQUITY The GRANTEE agrees to ensure that “similarly employed” individuals in its workforce are compensated as equals, consistent with the following: a. Employees are “similarly employed” if the individuals work for the same employer, the performance of the job requires comparable skill, effort, and responsibility, and the jobs are performed under similar working conditions. Job titles alone are not determinative of whether employees are similarly employed; b. GRANTEE may allow differentials in compensation for its workers if the differentials are based in good faith and on any of the following: i) A seniority system; a merit system; a system that measures earnings by quantity or quality of production; a bona fide job-related factor or factors; or a bona fide regional difference in compensation levels. ii) A bona fide job-related factor or factors may include, but not be limited to, education, training, or experience that is: Consistent with business necessity; not based on or derived from a gender-based differential; and accounts for the entire differential. iii) A bona fide regional difference in compensation level must be: Consistent with business necessity; not based on or derived from a gender-based differential; and account for the entire differential. This Grant Agreement may be terminated by COMMERCE, if COMMERCE or the Department of Enterprise services determines that the GRANTEE is not in compliance with this provision. 45. POLITICAL ACTIVITIES Political activity of GRANTEE employees and officers are limited by the State Campaign Finances and Lobbying provisions of Chapter 42.17a RCW and the Federal Hatch Act, 5 USC 1501 - 1508. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 19 No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office. 46. PUBLICITY The GRANTEE agrees not to publish or use any advertising or publicity materials in which the state of Washington or COMMERCE’s name is mentioned, or language used from which the connection with the state of Washington’s or COMMERCE’s name may reasonably be inferred or implied, without the prior written consent of COMMERCE. 47. RECAPTURE In the event that the GRANTEE fails to perform this Grant in accordance with state laws, federal laws, and/or the provisions of this Grant, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the GRANTEE of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments due under this Grant. 48. RECORDS MAINTENANCE The GRANTEE shall maintain books, records, documents, data and other evidence relating to this Grant and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Grant. GRANTEE shall retain such records for a period of six years following the date of final payment. At no additional cost, these records, including materials generated under the Grant, shall be subject at all reasonable times to inspection, review or audit by COMMERCE, personnel duly authorized by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. 49. REGISTRATION WITH DEPARTMENT OF REVENUE If required by law, the GRANTEE shall complete registration with the Washington State Department of Revenue. 50. RIGHT OF INSPECTION The GRANTEE shall provide right of access to its facilities to COMMERCE, or any of its officers, or to any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Grant. 51. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Grant and prior to normal completion, COMMERCE may terminate the Grant under the "Termination for Convenience" clause, without the ten calendar day notice requirement. In lieu of termination, the Grant may be amended to reflect the new funding limitations and conditions. 52. SEVERABILITY The provisions of this Grant are intended to be severable. If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the Grant. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 20 53. SITE SECURITY While on COMMERCE premises, GRANTEE, its agents, employees, or subcontractors shall conform in all respects with physical, fire or other security policies or regulations. 54. SUBGRANTING/SUBCONTRACTING Neither the GRANTEE nor any subgrantee/subcontractor shall enter into subgrants/subcontracts for any of the work contemplated under this Grant Agreement without obtaining prior written approval of COMMERCE. In no event shall the existence of the subgrant/subcontract operate to release or reduce the liability of the GRANTEE to COMMERCE for any breach in the performance of the GRANTEE’s duties. This clause does not include Grants of employment between the GRANTEE and personnel assigned to work under this Grant. Additionally, the GRANTEE is responsible for ensuring that all terms, conditions, assurances and certifications set forth in this agreement are carried forward to any subgrants/subcontracts. GRANTEE and its subgrantees/subcontractors agree not to release, divulge, publish, transfer, sell or otherwise make known to unauthorized persons personal information without the express written consent of COMMERCE or as provided by law. 55. SURVIVAL The terms, conditions, and warranties contained in this Grant that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Grant shall so survive. 56. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the GRANTEE’s income or gross receipts, any other taxes, insurance or expenses for the GRANTEE or its staff shall be the sole responsibility of the GRANTEE. 57. TERMINATION FOR CAUSE In the event COMMERCE determines the GRANTEE has failed to comply with the conditions of this Grant in a timely manner, COMMERCE has the right to suspend or terminate this Grant. Before suspending or terminating the Grant, COMMERCE shall notify the GRANTEE in writing of the need to take corrective action. If corrective action is not taken within 30 calendar days, the Grant may be terminated or suspended. In the event of termination or suspension, the GRANTEE shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original Grant and the replacement or cover Grant and all administrative costs directly related to the replacement Grant, e.g., cost of the competitive bidding, mailing, advertising and staff time. COMMERCE reserves the right to suspend all or part of the Grant, withhold further payments, or prohibit the GRANTEE from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the GRANTEE or a decision by COMMERCE to terminate the Grant. A termination shall be deemed a “Termination for Convenience” if it is determined that the GRANTEE: (1) was not in default; or (2) failure to perform was outside of his or her control, fault or negligence. The rights and remedies of COMMERCE provided in this Grant are not exclusive and are, in addition to any other rights and remedies, provided by law. 58. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Grant, COMMERCE may, by ten (10) business days written notice, beginning on the second day after the mailing, terminate this Grant, in whole or in part. If this Grant is so terminated, COMMERCE shall be liable only for payment required under the terms of this Grant for services rendered or goods delivered prior to the effective date of termination. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 21 59. TERMINATION PROCEDURES Upon termination of this Grant, COMMERCE, in addition to any other rights provided in this Grant, may require the GRANTEE to deliver to COMMERCE any property specifically produced or acquired for the performance of such part of this Grant as has been terminated. The provisions of the Treatment of Assets" clause shall apply in such property transfer. COMMERCE shall pay to the GRANTEE the agreed upon price, if separately stated, for completed work and services accepted by COMMERCE, and the amount agreed upon by the GRANTEE and COMMERCE for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services, (iii) other property or services that are accepted by COMMERCE, and iv) the protection and preservation of property, unless the termination is for default, in which case the AUTHORIZED REPRESENTATIVE shall determine the extent of the liability of COMMERCE. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this Grant. COMMERCE may withhold from any amounts due the GRANTEE such sum as the AUTHORIZED REPRESENTATIVE determines to be necessary to protect COMMERCE against potential loss or liability. The rights and remedies of COMMERCE provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Grant Agreement. After receipt of a notice of termination, and except as otherwise directed by the AUTHORIZED REPRESENTATIVE, the GRANTEE shall: 1. Stop work under the Grant on the date, and to the extent specified, in the notice; 2. Place no further orders or subgrants/subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the Grant that is not terminated; 3. Assign to COMMERCE, in the manner, at the times, and to the extent directed by the AUTHORIZED REPRESENTATIVE, all of the rights, title, and interest of the GRANTEE under the orders and subgrants/subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subgrants/subcontracts; 4. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the AUTHORIZED REPRESENTATIVE to the extent AUTHORIZED REPRESENTATIVE may require, which approval or ratification shall be final for all the purposes of this clause; 5. Transfer title to COMMERCE and deliver in the manner, at the times, and to the extent directed by the AUTHORIZED REPRESENTATIVE any property which, if the Grant had been completed, would have been required to be furnished to COMMERCE; 6. Complete performance of such part of the work as shall not have been terminated by the AUTHORIZED REPRESENTATIVE; and 7. Take such action as may be necessary, or as the AUTHORIZED REPRESENTATIVE may direct, for the protection and preservation of the property related to this Grant, which is in the possession of the GRANTEE and in which COMMERCE has or may acquire an interest. 60. TREATMENT OF ASSETS Title to all property furnished by COMMERCE shall remain in COMMERCE. Title to all property furnished by the GRANTEE, for the cost of which the GRANTEE is entitled to be reimbursed as a direct item of cost under this Grant, shall pass to and vest in COMMERCE upon delivery of such property by the GRANTEE. Title to other property, the cost of which is reimbursable to the GRANTEE under this Grant, shall pass to and vest in COMMERCE upon (i) issuance for use of such property in the performance of this Grant, or (ii) commencement of use of such property in the performance of this Grant, or (iii) reimbursement of the cost thereof by COMMERCE in whole or in part, whichever first occurs. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 22 A. Any property of COMMERCE furnished to the GRANTEE shall, unless otherwise provided herein or approved by COMMERCE, be used only for the performance of this Grant. B. The GRANTEE shall be responsible for any loss or damage to property of COMMERCE that results from the negligence of the GRANTEE or which results from the failure on the part of the GRANTEE to maintain and administer that property in accordance with sound management practices. C. If any COMMERCE property is lost, destroyed or damaged, the GRANTEE shall immediately notify COMMERCE and shall take all reasonable steps to protect the property from further damage. D. The GRANTEE shall surrender to COMMERCE all property of COMMERCE prior to settlement upon completion, termination or cancellation of this Grant All reference to the GRANTEE under this clause shall also include GRANTEE'S employees, agents or subgrantees/subcontractors. 61. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Grant unless stated to be such in writing and signed by Authorized Representative of COMMERCE. DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 23 ATTACHMENT A - SCOPE OF WORK Funds awarded under this grant will be used for capital expenditures to extend the Renton Trail Connector project. This new path section of the regional network will provide a 10 foot protected sidewalk and associated amenities to foster a more walkable and bikeable environment. The location of the project is Burnett Ave S (between S 4th and 5th St), Renton, WA 98057 Project activities will include and not be limited to the completion of: Design and bid documents Construction Path amenities including the installation of; trees, benches, bike lock facilities, art, replacing existing driveway curb cuts, street lights, and adjusting franchise utility vaults to grade This project began in June 2021 and is expected to be complete by September 2022. All project work completed with prior legislative approval. The “Copyright Provisions”, Section 33 of the General Terms and Conditions, are not intended to apply to any architectural and engineering design work funded by this grant. CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that the declaration set forth above has been reviewed and approved by the GRANTEE’s governing body as of the date and year written below. GRANTEE TITLE DATE 1-31-2022 Mayor Armondo Pavone ATTEST: Jason A. Seth, City Clerk DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 24 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 25 ATTACHMENT B - CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT Type of Funding Source Description Amount Grant Washington State Department of Commerce $490,000.00 Other Grants Grant #1 $ Grant #2 $ Total Other Grants $0.00 Other Loans Loan #1 $ Loan #2 $ Total Loans $0.00 Other Local Revenue Source #1 $ Total Local Revenue $0.00 Other Funds Source #1 $ Source #2 $ Total Other Funds $0.00 Total Project Funding $490,000.00 CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that project funding from sources other than those provided by this Grant Agreement and identified above has been reviewed and approved by the GRANTEE’s governing body or board of directors, as applicable, and has either been expended for eligible Project expenses, or is committed in writing and available and will remain committed and available solely and specifically for carrying out the purposes of this Project as described in elsewhere in this Grant Agreement, as of the date and year written below. The GRANTEE shall maintain records sufficient to evidence that it has expended or has access to the funds needed to complete the Project, and shall make such records available for COMMERCE’s review upon reasonable request. GRANTEE TITLE DATE 1-31-2022 Mayor Armondo Pavone ATTEST: Jason A. Seth, City Clerk DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 26 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 27 ATTACHMENT C- CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that all contractors and subcontractors performing work on the Project shall comply with prevailing wage laws set forth in Chapter 39.12 RCW, as applicable to the Project funded by this Grant Agreement, including but not limited to the filing of the “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages Paid” as required by RCW 39.12.040. The GRANTEE shall maintain records sufficient to evidence compliance with Chapter 39.12 RCW, and shall make such records available for COMMERCE’s review upon request. If any state funds are used by the GRANTEE for the purpose of construction, applicable State Prevailing Wages must be paid. The GRANTEE, by its signature, certifies that the declaration set forth above has been reviewed and approved by the GRANTEE’s governing body as of the date and year written below. GRANTEE TITLE DATE 1-31-2022 Mayor Armondo Pavone ATTEST: Jason A. Seth, City Clerk DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 28 DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 29 ATTACHMENT D - CERTIFICATION OF INTENT TO ENTER THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) CERTIFICATION PROCESS CERTIFICATION PERFORMANCE MEASURE The GRANTEE, by its signature, certifies that it will enter into the Leadership in Energy and Environmental Design certification process, as stipulated in RCW 39.35D, as applicable to the Project funded by this Grant Agreement. The GRANTEE shall, upon receipt of LEED certification by the United States Green Building Council, provide documentation of such certification to COMMERCE. The GRANTEE, by its signature, certifies that the declaration set forth above has been reviewed and approved by the GRANTEE’s governing body or board of directors, as applicable, as of the date and year written below. IF EXEMPT: DO NOT SIGN GRANTEE TITLE DATE N/A DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 Grant Manager Managing Director Tina Hochwender Tony Hanson Assistant Director Mark Barkley DocuSign Envelope ID: A668E4F0-E063-405D-9D41-7510837C6489 Mara Isaacson Certificate Of Completion Envelope Id: A668E4F0E063405D9D417510837C6489 Status: Completed Subject: Please DocuSign: DA Grant Agreement Division: Local Government Program: CAR DA ContractNumber: 20-96627-211 Source Envelope: Document Pages: 34 Signatures: 1 Envelope Originator: Certificate Pages: 5 Initials: 4 Mara Isaacson AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 1011 Plum Street SE MS 42525 Olympia, WA 98504-2525 mara.isaacson@commerce.wa.gov IP Address: 198.239.10.232 Record Tracking Status: Original 10/20/2021 11:41:44 AM Holder: Mara Isaacson mara.isaacson@commerce.wa.gov Location: DocuSign Security Appliance Status: Connected Pool: StateLocal Storage Appliance Status: Connected Pool: Washington State Department of Commerce Location: DocuSign Signer Events Signature Timestamp Mara Isaacson mara.isaacson@commerce.wa.gov Washington State Department of Commerce Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 147.55.134.116 Sent: 2/1/2022 1:42:23 PM Viewed: 2/1/2022 1:44:13 PM Signed: 2/1/2022 1:44:54 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Tina Hochwender tina.hochwender@commerce.wa.gov Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.239.10.212 Sent: 2/1/2022 1:45:00 PM Viewed: 2/1/2022 2:33:58 PM Signed: 2/1/2022 3:01:49 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Tony Hnason tony.hanson@commerce.wa.gov Washington State Department of Commerce Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 198.239.10.193 Sent: 2/1/2022 3:02:04 PM Viewed: 2/2/2022 7:14:25 AM Signed: 2/2/2022 7:15:40 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Signer Events Signature Timestamp Mark Barkley mark.barkley@commerce.wa.gov Assistant Director Washington State Department of Commerce Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 147.55.134.106 Sent: 2/2/2022 7:15:44 AM Viewed: 2/2/2022 7:23:15 AM Signed: 2/2/2022 7:23:28 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Jonathan Chavez JChavez@Rentonwa.gov Security Level: Email, Account Authentication (None) Sent: 10/20/2021 11:46:48 AM Viewed: 10/21/2021 9:41:40 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Armondo Pavone analexander@Rentonwa.gov Security Level: Email, Account Authentication (None) Sent: 10/20/2021 11:46:48 AM Resent: 2/1/2022 1:42:21 PM Electronic Record and Signature Disclosure: Accepted: 10/20/2021 4:31:19 PM ID: a5d897bc-0489-4260-bd62-371dfe863c75 Sheila Lee-Johnston sheila.lee@commerce.wa.gov Security Level: Email, Account Authentication (None) Sent: 2/1/2022 1:44:58 PM Viewed: 2/1/2022 1:45:58 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 10/20/2021 11:46:48 AM Certified Delivered Security Checked 2/2/2022 7:23:15 AM Signing Complete Security Checked 2/2/2022 7:23:28 AM Completed Security Checked 2/2/2022 7:23:28 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Washington State Department of Commerce (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.15 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 8/11/2020 4:44:12 PM Parties agreed to: Armondo Pavone Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Washington State Department of Commerce: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: docusign@commerce.wa.gov To advise Washington State Department of Commerce of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at docusign@commerce.wa.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from Washington State Department of Commerce To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to docusign@commerce.wa.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Washington State Department of Commerce To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to docusign@commerce.wa.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify Washington State Department of Commerce as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by Washington State Department of Commerce during the course of your relationship with Washington State Department of Commerce.